124
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of GOODS Government of the Republic of the Philippines SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS (PHilMech-RCEF-19-10-07) Schedule of Activities: Pre-Bidding Conference: October 29, 2019; 1:30PM Auditorium, PHilMech Main Office Science City of Muñoz, Nueva Ecija Submission & Opening of Bids: November 14, 2019; 1:30PM Auditorium, PHilMech Main Office Science City of Muñoz, Nueva Ecija Fifth Edition August 2016

Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of

GOODS Government of the Republic of the Philippines

SUPPLY, DELIVERY AND TESTING OF RICE

COMBINE HARVESTERS (PHilMech-RCEF-19-10-07)

Schedule of Activities: Pre-Bidding Conference: October 29, 2019; 1:30PM Auditorium, PHilMech Main Office Science City of Muñoz, Nueva Ecija

Submission & Opening of Bids: November 14, 2019; 1:30PM Auditorium, PHilMech Main Office Science City of Muñoz, Nueva Ecija

Fifth Edition

August 2016

Page 2: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

TABLE OF CONTENTS

SECTION I. INVITATION TO BID ............................................................................3

SECTION II. INSTRUCTIONS TO BIDDERS .............................................................5

SECTION III. BID DATA SHEET ......................................................................... 36

SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 44

SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 61

SECTION VI. SCHEDULE OF REQUIREMENTS .................................................... 68

SECTION VII. TECHNICAL SPECIFICATIONS ..................................................... 69

SECTION VIII. BIDDING FORMS ........................................................................ 73

Page 3: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

3

Section I. Invitation to Bid

Supply, Delivery and Testing of Rice Combine Harvesters (PHilMech-RCEF-19-10-07)

1. The Philippine Center for Postharvest Development and Mechanization (PHilMech) through its CY 2019 Rice

Competitive Enhancement Fund (RCEF) intends to apply the below-specified amounts, being the Approved Budget for the Contract (ABC) for each lot, as indicated herein to payments under the contract for the Supply, Delivery and Testing of Rice Combine Harvesters. Bids received in excess of the ABC of each Lot shall be automatically rejected during Bid opening.

LOT NO. PROJECT TITLE ABC

(PhP)

COST OF BIDDING

DOCUMENTS

(PhP)

1 Supply, Delivery and Testing of 41 Units

Rice Combine Harvesters for Region I 82,000,000.00 15,000.00

2 Supply, Delivery and Testing of 44 Units

Rice Combine Harvesters for Region II 88,000,000.00 15,000.00

3 Supply, Delivery and Testing of 34 Units

Rice Combine Harvesters for Region III 68,000,000.00 15,000.00

4 Supply, Delivery and Testing of 38 Units

Rice Combine Harvesters for Region IV-A

and IV-B

76,000,000.00 15,000.00

5 Supply, Delivery and Testing of 29 Units

Rice Combine Harvesters for Region V 58,000,000.00 10,000.00

6 Supply, Delivery and Testing of 37 Units

Rice Combine Harvesters for Region VI 74,000,000.00 15,000.00

7 Supply, Delivery and Testing of 14 Units

Rice Combine Harvesters for Region VII 28,000,000.00 10,000.00

8 Supply, Delivery and Testing of 32 Units

Rice Combine Harvesters for Region VIII 64,000,000.00 15,000.00

9 Supply, Delivery and Testing of 16 Units

Rice Combine Harvesters for Region IX 32,000,000.00 10,000.00

10 Supply, Delivery and Testing of 17 Units

Rice Combine Harvesters for Region X 34,000,000.00 10,000.00

11 Supply, Delivery and Testing of 13 Units

Rice Combine Harvesters for Region XI 26,000,000.00 10,000.00

12 Supply, Delivery and Testing of 17 Units

Rice Combine Harvesters for Region XII 34,000,000.00 10,000.00

13 Supply, Delivery and Testing of 7 Units Rice

Combine Harvesters for Region CAR 14,000,000.00 10,000.00

14 Supply, Delivery and Testing of 17 Units

Rice Combine Harvesters for Region

CARAGA 34,000,000.00 10,000.00

All Lots 75,000.00

2. The Philippine Center for Postharvest Development and Mechanization now invites bids from eligible bidders for

the Supply, Delivery and Testing of Rice Combine Harvesters. Delivery of the GOODS is required within Ninety (90) calendar days from receipt of the Notice to Proceed. Bidders should have completed within ten (10) years from the date of submission and receipt of bids a contract similar to the project. The description of an eligible Bidder is contained in the Bidding Documents particularly in Section II - Instruction to Bidders.

Page 4: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

4

3. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criteria as

specified in the 2016 Revised Implementing Rules and Regulations (IRR-A) of Republic Act 9184 (R.A. 9184),

otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty

percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or

organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens,

pursuant to RA 5183 4. Interested Bidders may obtain further information from the Philippine Center for Postharvest Development and

Mechanization and inspect the Bidding Documents at the address given below from 8:00 am to 5:00 pm.

5. A complete set of Bidding Documents may be acquired by interested Bidders on October 22-November 14, 2019 from the address below upon payment of the applicable fee for the Bidding Documents as stated above or PhP 75,000.00 for all lots pursuant to the latest Guidelines issued by the GPPB.

It may also be downloaded free of charge from the website of the Philippine Government Procurement System

(PhilGEPS )and the website of the Procuring Entity provided that Bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their Bids.

6. The Philippine Center for Postharvest Development and Mechanization will hold a Pre-Bid Conference on

October 29, 2019; 1:30PM at the Auditorium, PHilMech Main Office, Science City of Muñoz, Nueva Ecija, which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat at the address below on or before November 14; 1:30PM. All Bids

must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bid opening shall be on November 14; 1:30PM at the Auditorium, PHilMech Main Office, Science City of Muñoz, Nueva Ecija. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late Bids shall not be accepted.

8. The Philippine Center for Postharvest Development and Mechanization reserves the right to reject any and all

bids, declare a failure of bidding, or not award the contract at anytime prior to contract award in accordance which Section 41 of RA9184 and its IRR without thereby incurring any liability to the affected bidders or bidders.

9. For further information, please refer to: The BAC Secretariat, PHilMech Bids and Awards Committee Tel. Nos. (044) 4560-287 loc. 270/272 E-mail: [email protected]

RAUL R. PAZ BAC Chairperson

Page 5: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

5

Section II. Instructions to Bidders

Page 6: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

6

TABLE OF CONTENTS

A. GENERAL .......................................................................................................... 8

1. Scope of Bid ............................................................................................................... 8

2. Source of Funds .......................................................................................................... 8

3. Corrupt, Fraudulent, Collusive, and Coercive Practices ............................................ 8

4. Conflict of Interest ..................................................................................................... 9

5. Eligible Bidders ........................................................................................................ 11

6. Bidder’s Responsibilities .......................................................................................... 12

7. Origin of Goods ........................................................................................................ 14

8. Subcontracts ............................................................................................................. 15

B. CONTENTS OF BIDDING DOCUMENTS .............................................................. 15

9. Pre-Bid Conference .................................................................................................. 15

10. Clarification and Amendment of Bidding Documents ............................................. 16

C. PREPARATION OF BIDS .................................................................................... 16

11. Language of Bid ....................................................................................................... 16

12. Documents Comprising the Bid: Eligibility and Technical Components ................ 16

13. Documents Comprising the Bid: Financial Component .......................................... 18

14. Alternative Bids ........................................................................................................ 19

15. Bid Prices ................................................................................................................. 20

16. Bid Currencies .......................................................................................................... 21

17. Bid Validity .............................................................................................................. 21

18. Bid Security .............................................................................................................. 22

19. Format and Signing of Bids ..................................................................................... 24

20. Sealing and Marking of Bids .................................................................................... 25

D. SUBMISSION AND OPENING OF BIDS ................................................................ 26

21. Deadline for Submission of Bids ............................................................................. 26

22. Late Bids .................................................................................................................. 26

23. Modification and Withdrawal of Bids ...................................................................... 26

24. Opening and Preliminary Examination of Bids ....................................................... 27

E. EVALUATION AND COMPARISON OF BIDS ....................................................... 28

25. Process to be Confidential ........................................................................................ 28

26. Clarification of Bids ................................................................................................. 29

27. Domestic Preference ................................................................................................ 29

Page 7: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

7

28. Detailed Evaluation and Comparison of Bids .......................................................... 29

29. Post-Qualification ..................................................................................................... 31

30. Reservation Clause ................................................................................................... 32

F. AWARD OF CONTRACT .................................................................................... 33

31. Contract Award ........................................................................................................ 33

32. Signing of the Contract ............................................................................................ 33

33. Performance Security ............................................................................................... 34

34. Notice to Proceed ..................................................................................................... 35

35. Protest Mechanism…………………………………………………………………35

Page 8: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

8

A. General

1. Scope of Bid

1.1. The Procuring Entity named in the BDS invites bids for the supply and

delivery of the Goods as described in Section VII. Technical Specifications.

1.2. The name, identification, and number of lots specific to this bidding are

provided in the BDS. The contracting strategy and basis of evaluation of lots

is described in ITB Clause 28.

2. Source of Funds

The Procuring Entity has a budget or has received funds from the Funding Source

named in the BDS, and in the amount indicated in the BDS. It intends to apply part of

the funds received for the Project, as defined in the BDS, to cover eligible payments

under the contract.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as the

bidders and suppliers shall observe the highest standard of ethics during the

procurement and execution of the contract. In pursuance of this policy, the

Procuring Entity:

(a) defines, for purposes of this provision, the terms set forth below as

follows:

(i) “corrupt practice” means behavior on the part of officials in the

public or private sectors by which they improperly and

unlawfully enrich themselves, others, or induce others to do so,

by misusing the position in which they are placed, and includes

the offering, giving, receiving, or soliciting of anything of value

to influence the action of any such official in the procurement

process or in contract execution; entering, on behalf of the

government, into any contract or transaction manifestly and

grossly disadvantageous to the same, whether or not the public

officer profited or will profit thereby, and similar acts as

provided in RA 3019.

(ii) “fraudulent practice” means a misrepresentation of facts in

order to influence a procurement process or the execution of a

contract to the detriment of the Procuring Entity, and includes

collusive practices among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-

competitive levels and to deprive the Procuring Entity of the

benefits of free and open competition.

Page 9: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

9

(iii) “collusive practices” means a scheme or arrangement between

two or more Bidders, with or without the knowledge of the

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm,

directly or indirectly, persons, or their property to influence

their participation in a procurement process, or affect the

execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or

concealing of evidence material to an administrative

proceedings or investigation or making false statements

to investigators in order to materially impede an

administrative proceedings or investigation of the

Procuring Entity or any foreign government/foreign or

international financing institution into allegations of a

corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or

investigation or from pursuing such proceedings or

investigation; or

(bb) acts intended to materially impede the exercise of the

inspection and audit rights of the Procuring Entity or

any foreign government/foreign or international

financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in any of the practices mentioned

in this Clause for purposes of competing for the contract.

3.2. Further, the Procuring Entity will seek to impose the maximum civil,

administrative, and/or criminal penalties available under applicable laws on

individuals and organizations deemed to be involved in any of the practices

mentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to

inspect and audit records and accounts of a bidder or supplier in the bidding

for and performance of a contract themselves or through independent auditors

as reflected in the GCC Clause 3.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall be disqualified to

participate in the procurement at hand, without prejudice to the imposition of

appropriate administrative, civil, and criminal sanctions. A Bidder may be

considered to have conflicting interests with another Bidder in any of the

Page 10: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

10

events described in paragraphs (a) through (c) below and a general conflict of

interest in any of the circumstances set out in paragraphs (d) through (g)

below:

(a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from

any other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder

for purposes of this bid;

(d) A Bidder has a relationship, directly or through third parties, that puts

them in a position to have access to information about or influence on

the bid of another Bidder or influence the decisions of the Procuring

Entity regarding this bidding process;

(e) A Bidder submits more than one bid in this bidding process. However,

this does not limit the participation of subcontractors in more than one

bid;

(f) A Bidder who participated as a consultant in the preparation of the

design or technical specifications of the Goods and related services that

are the subject of the bid; or

(g) A Bidder who lends, or temporarily seconds, its personnel to firms or

organizations which are engaged in consulting services for the

preparation related to procurement for or implementation of the

project, if the personnel would be involved in any capacity on the same

project.

4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents

shall be accompanied by a sworn affidavit of the Bidder that it is not related to

the Head of the Procuring Entity (HoPE), members of the Bids and Awards

Committee (BAC), members of the Technical Working Group (TWG),

members of the BAC Secretariat, the head of the Project Management Office

(PMO) or the end-user unit, and the project consultants, by consanguinity or

affinity up to the third civil degree. On the part of the Bidder, this Clause shall

apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder

himself;

(b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and

controlling stockholders;

(d) If the Bidder is a cooperative, to all its officers, directors, and

controlling shareholders or members; and

Page 11: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

11

(e) If the Bidder is a joint venture (JV), the provisions of items (a), (b), (c),

or (d) of this Clause shall correspondingly apply to each of the

members of the said JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this

Clause will result in the automatic disqualification of a Bidder.

5. Eligible Bidders

5.1. Unless otherwise provided in the BDS, the following persons shall be eligible

to participate in this bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of

which at least sixty percent (60%) of the interest belongs to citizens of

the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and of

which at least sixty percent (60%) of the outstanding capital stock

belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines; and

(e) Persons/entities forming themselves into a Joint Venture (JV), i.e., a

group of two (2) or more persons/entities that intend to be jointly and

severally responsible or liable for a particular contract: Provided,

however, that Filipino ownership or interest of the JV concerned shall

be at least sixty percent (60%).

5.2. Foreign bidders may be eligible to participate when any of the following

circumstances exist, as specified in the BDS:

(a) When a Treaty or International or Executive Agreement as provided in

Section 4 of RA 9184 and its IRR allow foreign bidders to participate;

(b) Citizens, corporations, or associations of a country, the laws or

regulations of which grant reciprocal rights or privileges to citizens,

corporations, or associations of the Philippines;

(c) When the Goods sought to be procured are not available from local

suppliers; or

(d) When there is a need to prevent situations that defeat competition or

restrain trade.

5.3. Government owned or –controlled corporations (GOCCs) may be eligible to

participate only if they can establish that they (a) are legally and financially

autonomous, (b) operate under commercial law, and (c) are not attached

agencies of the Procuring Entity.

Page 12: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

12

5.4. Unless otherwise provided in the BDS, the Bidder must have completed a

Single Largest Completed Contract (SLCC) similar to the Project and the

value of which, adjusted, if necessary, by the Bidder to current prices using the

Philippine Statistics Authority (PSA) consumer price index, must be at least

equivalent to a percentage of the ABC stated in the BDS.

For this purpose, contracts similar to the Project shall be those described in the

BDS, and completed within the relevant period stated in the Invitation to Bid

and ITB Clause 12.1(a)(ii).

5.5. The Bidder must submit a computation of its Net Financial Contracting

Capacity (NFCC), which must be at least equal to the ABC to be bid,

calculated as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the value of

all outstanding or uncompleted portions of the projects under ongoing

contracts, including awarded contracts yet to be started, coinciding with

the contract to be bid.

The values of the domestic bidder’s current assets and current liabilities shall

be based on the latest Audited Financial Statements submitted to the BIR.

For purposes of computing the foreign bidders’ NFCC, the value of the current

assets and current liabilities shall be based on their audited financial

statements prepared in accordance with international financial reporting

standards.

If the prospective bidder opts to submit a committed Line of Credit, it must be

at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign

universal or commercial bank, it shall be confirmed or authenticated by a local

universal or commercial bank.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn

statement in the form prescribed in Section VIII. Bidding Forms as required in

ITB Clause 12.1(b)(iii).

6.2. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding

Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the

implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the

contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure

Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.4.

Page 13: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

13

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP

or any of its agencies, offices, corporations, or LGUs, including

foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the

bidding requirements is an authentic copy of the original, complete,

and all statements and information provided therein are true and

correct;

(g) Authorizing the HoPE or its duly authorized representative/s to verify

all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the

Bidder, and granted full power and authority to do, execute and

perform any and all acts necessary and/or to represent the Bidder in the

bidding, with the duly notarized Secretary’s Certificate attesting to

such fact, if the Bidder is a corporation, partnership, cooperative, or

joint venture;

(i) Complying with the disclosure provision under Section 47 of RA 9184

and its IRR in relation to other provisions of RA 3019;

(j) Complying with existing labor laws and standards, in the case of

procurement of services; Moreover, bidder undertakes to:

(i) Ensure the entitlement of workers to wages, hours of work,

safety and health and other prevailing conditions of work as

established by national laws, rules and regulations; or collective

bargaining agreement; or arbitration award, if and when

applicable.

In case there is a finding by the Procuring Entity or the DOLE

of underpayment or non-payment of workers’ wage and wage-

related benefits, bidder agrees that the performance security or

portion of the contract amount shall be withheld in favor of the

complaining workers pursuant to appropriate provisions of

Republic Act No. 9184 without prejudice to the institution of

appropriate actions under the Labor Code, as amended, and

other social legislations.

(ii) Comply with occupational safety and health standards and to

correct deficiencies, if any.

In case of imminent danger, injury or death of the worker,

bidder undertakes to suspend contract implementation pending

clearance to proceed from the DOLE Regional Office and to

comply with Work Stoppage Order; and

Page 14: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

14

(iii) Inform the workers of their conditions of work, labor clauses

under the contract specifying wages, hours of work and other

benefits under prevailing national laws, rules and regulations;

or collective bargaining agreement; or arbitration award, if and

when applicable, through posting in two (2) conspicuous places

in the establishment’s premises; and

(k) Ensuring that it did not give or pay, directly or indirectly, any

commission, amount, fee, or any form of consideration, pecuniary or

otherwise, to any person or official, personnel or representative of the

government in relation to any procurement project or activity.

Failure to observe any of the above responsibilities shall be at the risk of the

Bidder concerned.

6.3. The Bidder is expected to examine all instructions, forms, terms, and

specifications in the Bidding Documents.

6.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself

by such means as it considers necessary or desirable as to all matters

pertaining to the contract to be bid, including: (a) the location and the nature

of this Project; (b) climatic conditions; (c) transportation facilities; and (d)

other factors that may affect the cost, duration, and execution or

implementation of this Project.

6.5. The Procuring Entity shall not assume any responsibility regarding erroneous

interpretations or conclusions by the prospective or eligible bidder out of the

data furnished by the procuring entity. However, the Procuring Entity shall

ensure that all information in the Bidding Documents, including

bid/supplemental bid bulletin/s issued, are correct and consistent.

6.6. Before submitting their bids, the Bidder is deemed to have become familiar

with all existing laws, decrees, ordinances, acts and regulations of the

Philippines which may affect this Project in any way.

6.7. The Bidder shall bear all costs associated with the preparation and submission

of his bid, and the Procuring Entity will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the bidding process.

6.8. The Bidder should note that the Procuring Entity will accept bids only from

those that have paid the applicable fee for the Bidding Documents at the office

indicated in the Invitation to Bid.

7. Origin of Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of goods

other than those prohibited by a decision of the United Nations Security Council taken

under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.

Page 15: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

15

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of

the Goods to an extent as may be approved by the Procuring Entity and stated

in the BDS. However, subcontracting of any portion shall not relieve the

Bidder from any liability or obligation that may arise from the contract for this

Project.

8.2. Subcontractors must submit the documentary requirements under ITB Clause

12 and comply with the eligibility criteria specified in the BDS. In the event

that any subcontractor is found by the Procuring Entity to be ineligible, the

subcontracting of such portion of the Goods shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Goods

will be subcontracted at any stage of the bidding process or during contract

implementation. If the Bidder opts to disclose the name of the subcontractor

during bid submission, the Bidder shall include the required documents as part

of the technical component of its bid.

B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue

and on the date indicated therein, to clarify and address the Bidders’ questions

on the technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days

before the deadline for the submission and receipt of bids, but not earlier than

seven (7) calendar days from the posting of the invitation to bid/bidding

documents in the PhilGEPS website. If the Procuring Entity determines that,

by reason of the method, nature, or complexity of the contract to be bid, or

when international participation will be more advantageous to the GOP, a

longer period for the preparation of bids is necessary, the pre-bid conference

shall be held at least thirty (30) calendar days before the deadline for the

submission and receipt of bids, as specified in the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they

fully understand the Procuring Entity’s requirements. Non-attendance of the

Bidder will in no way prejudice its bid; however, the Bidder is expected to

know the changes and/or amendments to the Bidding Documents as recorded

in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin.

The minutes of the pre-bid conference shall be recorded and prepared not later

than five (5) calendar days after the pre-bid conference. The minutes shall be

made available to prospective bidders not later than five (5) days upon written

request.

9.3 Decisions of the BAC amending any provision of the bidding documents shall

be issued in writing through a Supplemental/Bid Bulletin at least seven (7)

calendar days before the deadline for the submission and receipt of bids.

Page 16: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

16

10. Clarification and Amendment of Bidding Documents

10.1. Prospective bidders may request for clarification on and/or interpretation of

any part of the Bidding Documents. Such request must be in writing and

submitted to the Procuring Entity at the address indicated in the BDS at least

ten (10) calendar days before the deadline set for the submission and receipt of

Bids.

10.2. The BAC shall respond to the said request by issuing a Supplemental/Bid

Bulletin, to be made available to all those who have properly secured the

Bidding Documents, at least seven (7) calendar days before the deadline for

the submission and receipt of Bids.

10.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s

initiative for purposes of clarifying or modifying any provision of the Bidding

Documents not later than seven (7) calendar days before the deadline for the

submission and receipt of Bids. Any modification to the Bidding Documents

shall be identified as an amendment.

10.4. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the

PhilGEPS and the website of the Procuring Entity concerned, if available, and

at any conspicuous place in the premises of the Procuring Entity concerned. It

shall be the responsibility of all Bidders who have properly secured the

Bidding Documents to inquire and secure Supplemental/Bid Bulletins that

may be issued by the BAC. However, Bidders who have submitted bids before

the issuance of the Supplemental/Bid Bulletin must be informed and allowed

to modify or withdraw their bids in accordance with ITB Clause 23.

C. Preparation of Bids

11. Language of Bids

The eligibility requirements or statements, the bids, and all other documents to be

submitted to the BAC must be in English. If the eligibility requirements or statements,

the bids, and all other documents submitted to the BAC are in foreign language other

than English, it must be accompanied by a translation of the documents in English.

The documents shall be translated by the relevant foreign government agency, the

foreign government agency authorized to translate documents, or a registered

translator in the foreign bidder’s country; and shall be authenticated by the

appropriate Philippine foreign service establishment/post or the equivalent office

having jurisdiction over the foreign bidder’s affairs in the Philippines. The English

translation shall govern, for purposes of interpretation of the bid.

12. Documents Comprising the Bid: Eligibility and Technical

Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the

following eligibility and technical documents:

Page 17: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

17

(a) Eligibility Documents –

Class “A” Documents:

(i) PhilGEPS Certificate of Registration and Membership in

accordance with Section 8.5.2 of the IRR, except for foreign

bidders participating in the procurement by a Philippine

Foreign Service Office or Post, which shall submit their

eligibility documents under Section 23.1 of the IRR, provided,

that the winning bidder shall register with the PhilGEPS in

accordance with section 37.1.4 of the IRR.

(ii) Statement of all its ongoing government and private contracts,

including contracts awarded but not yet started, if any, whether

similar or not similar in nature and complexity to the contract

to be bid; and

Statement of the Bidder’s SLCC similar to the contract to be

bid, in accordance with ITB Clause 5.4, within the relevant

period as provided in the BDS.

The two statements required shall indicate for each contract the

following:

(ii.1) name of the contract;

(ii.2) date of the contract;

(ii.3) contract duration;

(ii.4) owner’s name and address;

(ii.5) kinds of Goods;

(ii.6) For Statement of Ongoing Contracts - amount of

contract and value of outstanding contracts;

(ii.7) For Statement of SLCC - amount of completed

contracts, adjusted by the Bidder to current prices using

PSA’s consumer price index, if necessary for the

purpose of meeting the SLCC requirement;

(ii.8) date of delivery; and

(ii.9) end user’s acceptance or official receipt(s) or sales

invoice issued for the contract, if completed, which

shall be attached to the statements.

(iii) NFCC computation in accordance with ITB Clause 5.5 or a

committed Line of Credit from a universal or commercial bank.

Page 18: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

18

Class “B” Document:

(iv) If applicable, the Joint Venture Agreement (JVA) in case the

joint venture is already in existence, or duly notarized

statements from all the potential joint venture partners in

accordance with Section 23.1(b) of the IRR.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18. If the Bidder

opts to submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit

issued by a foreign bank, it shall be accompanied by a

confirmation from a Universal or Commercial Bank; or

(i.2) a surety bond, it shall be accompanied by a certification

by the Insurance Commission that the surety or

insurance company is authorized to issue such

instruments;

(ii) Conformity with technical specifications, as enumerated and

specified in Sections VI and VII of the Bidding Documents;

and

(iii) Sworn statement in accordance with Section 25.3 of the IRR of

RA 9184 and using the form prescribed in Section VIII.

Bidding Forms.

(iv) For foreign bidders claiming eligibility by reason of their

country’s extension of reciprocal rights to Filipinos, a

certification from the relevant government office of their

country stating that Filipinos are allowed to participate in their

government procurement activities for the same item or

product.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall

contain the following:

(a) Financial Bid Form, which includes bid prices and the applicable Price

Schedules, in accordance with ITB Clauses 15.1 and 15.4;

(b) If the Bidder claims preference as a Domestic Bidder, a certification

from the DTI issued in accordance with ITB Clause 27, unless

otherwise provided in the BDS; and

(c) Any other document related to the financial component of the bid as

stated in the BDS.

Page 19: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

19

13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC shall

not be accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded

procurement, a ceiling may be applied to bid prices provided the

following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely

accessible website. If payment of Bidding Documents is required

by the procuring entity, payment could be made upon the

submission of bids.

(ii) The procuring entity has procedures in place to ensure that the

ABC is based on recent estimates made by the responsible unit of

the procuring entity and that the estimates reflect the quality,

supervision and risk and inflationary factors, as well as prevailing

market prices, associated with the types of works or goods to be

procured.

(iii) The procuring entity has trained cost estimators on estimating

prices and analyzing bid variances.

(iv) The procuring entity has established a system to monitor and

report bid prices relative to ABC and engineer’s/procuring

entity’s estimate.

(v) The procuring entity has established a monitoring and evaluation

system for contract implementation to provide a feedback on

actual total costs of goods and works.

14. Alternative Bids

14.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer

made by a Bidder in addition or as a substitute to its original bid which may be

included as part of its original bid or submitted separately therewith for

purposes of bidding. A bid with options is considered an alternative bid

regardless of whether said bid proposal is contained in a single envelope or

submitted in two (2) or more separate bid envelopes.

14.2 Each Bidder shall submit only one Bid, either individually or as a partner in a

JV. A Bidder who submits or participates in more than one bid (other than as

a subcontractor if a subcontractor is permitted to participate in more than one

bid) will cause all the proposals with the Bidder’s participation to be

disqualified. This shall be without prejudice to any applicable criminal, civil

and administrative penalties that may be imposed upon the persons and

entities concerned.

Page 20: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

20

15. Bid Prices

15.1. The Bidder shall complete the appropriate Schedule of Prices included herein,

stating the unit prices, total price per item, the total amount and the expected

countries of origin of the Goods to be supplied under this Project.

15.2. The Bidder shall fill in rates and prices for all items of the Goods described in

the Schedule of Prices. Bids not addressing or providing all of the required

items in the Bidding Documents including, where applicable, Schedule of

Prices, shall be considered non-responsive and, thus, automatically

disqualified. In this regard, where a required item is provided, but no price is

indicated, the same shall be considered as non-responsive, but specifying a

zero (0) or a dash (-) for the said item would mean that it is being offered for

free to the Government, except those required by law or regulations to be

accomplished.

15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and

Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade terms

used to describe the obligations of the parties, shall be governed by the rules

prescribed in the current edition of the International Commercial Terms

(INCOTERMS) published by the International Chamber of Commerce, Paris.

15.4. Prices indicated on the Price Schedule shall be entered separately in the

following manner:

(a) For Goods offered from within the Procuring Entity’s country:

(i) The price of the Goods quoted EXW (ex works, ex factory, ex

warehouse, ex showroom, or off-the-shelf, as applicable);

(ii) The cost of all customs duties and sales and other taxes already

paid or payable;

(iii) The cost of transportation, insurance, and other costs incidental

to delivery of the Goods to their final destination; and

(iv) The price of other (incidental) services, if any, listed in the

BDS.

(b) For Goods offered from abroad:

(i) Unless otherwise stated in the BDS, the price of the Goods

shall be quoted DDP with the place of destination in the

Philippines as specified in the BDS. In quoting the price, the

Bidder shall be free to use transportation through carriers

registered in any eligible country. Similarly, the Bidder may

obtain insurance services from any eligible source country.

(ii) The price of other (incidental) services, if any, listed in the

BDS.

Page 21: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

21

(c) For Services, based on the form which may be prescribed by the

Procuring Entity, in accordance with existing laws, rules and

regulations

15.5. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of

the contract and not subject to variation or price escalation on any account. A

bid submitted with an adjustable price quotation shall be treated as non-

responsive and shall be rejected, pursuant to ITB Clause 24.

All bid prices for the given scope of work in the contract as awarded shall be

considered as fixed prices, and therefore not subject to price escalation during

contract implementation, except under extraordinary circumstances. Upon the

recommendation of the Procuring Entity, price escalation may be allowed in

extraordinary circumstances as may be determined by the National Economic

and Development Authority in accordance with the Civil Code of the

Philippines, and upon approval by the GPPB. Nevertheless, in cases where the

cost of the awarded contract is affected by any applicable new laws,

ordinances, regulations, or other acts of the GOP, promulgated after the date

of bid opening, a contract price adjustment shall be made or appropriate relief

shall be applied on a no loss-no gain basis.

16. Bid Currencies

16.1. Prices shall be quoted in the following currencies:

(a) For Goods that the Bidder will supply from within the Philippines, the

prices shall be quoted in Philippine Pesos.

(b) For Goods that the Bidder will supply from outside the Philippines, the

prices may be quoted in the currency(ies) stated in the BDS. However,

for purposes of bid evaluation, bids denominated in foreign currencies

shall be converted to Philippine currency based on the exchange rate as

published in the Bangko Sentral ng Pilipinas (BSP) reference rate

bulletin on the day of the bid opening.

16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for

purposes of bid evaluation and comparing the bid prices will convert the

amounts in various currencies in which the bid price is expressed to Philippine

Pesos at the foregoing exchange rates.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall be

made in Philippine Pesos.

17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not

exceed one hundred twenty (120) calendar days from the date of the opening

of bids.

17.2. In exceptional circumstances, prior to the expiration of the bid validity period,

the Procuring Entity may request Bidders to extend the period of validity of

Page 22: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

22

their bids. The request and the responses shall be made in writing. The bid

security described in ITB Clause 18 should also be extended corresponding to

the extension of the bid validity period at the least. A Bidder may refuse the

request without forfeiting its bid security, but his bid shall no longer be

considered for further evaluation and award. A Bidder granting the request

shall not be required or permitted to modify its bid.

18. Bid Security

18.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid

Security in the amount stated in the BDS, which shall be not less than the

percentage of the ABC in accordance with the following schedule:

Form of Bid Security

Amount of Bid Security

(Not Less than the Percentage of the

ABC)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

For biddings conducted by

LGUs, the Cashier’s/Manager’s

Check may be issued by other

banks certified by the BSP as

authorized to issue such

financial instrument.

Two percent (2%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or Commercial

Bank: Provided, however, that it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

For biddings conducted by

LGUs, Bank Draft/Guarantee, or

Irrevocable Letter of Credit may

be issued by other banks

certified by the BSP as

authorized to issue such

financial instrument.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly certified

by the Insurance Commission as

authorized to issue such security.

Five percent (5%)

Page 23: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

23

The Bid Securing Declaration mentioned above is an undertaking which

states, among others, that the Bidder shall enter into contract with the

procuring entity and furnish the performance security required under ITB

Clause 33.2, within ten (10) calendar days from receipt of the Notice of

Award, and commits to pay the corresponding amount as fine, and be

suspended for a period of time from being qualified to participate in any

government procurement activity in the event it violates any of the conditions

stated therein as provided in the guidelines issued by the GPPB.

18.2. The bid security should be valid for the period specified in the BDS. Any bid

not accompanied by an acceptable bid security shall be rejected by the

Procuring Entity as non-responsive.

18.3. No bid securities shall be returned to Bidders after the opening of bids and

before contract signing, except to those that failed or declared as post-

disqualified, upon submission of a written waiver of their right to file a request

for reconsideration and/or protest, or upon the lapse of the reglementary period

to file a request for reconsideration or protest. Without prejudice on its

forfeiture, bid securities shall be returned only after the Bidder with the

Lowest Calculated Responsive Bid (LCRB) has signed the contract and

furnished the performance security, but in no case later than the expiration of

the bid security validity period indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the

posting of the performance security pursuant to ITB Clause 33, the successful

Bidder’s bid security will be discharged, but in no case later than the bid

security validity period as indicated in the ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in

ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause

28.3(b);

(iii) has a finding against the veracity of any of the documents

submitted as stated in ITB Clause 29.2;

(iv) submission of eligibility requirements containing false

information or falsified documents;

(v) submission of bids that contain false information or falsified

documents, or the concealment of such information in the bids

in order to influence the outcome of eligibility screening or any

other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another

for purposes of public bidding;

Page 24: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

24

(vii) withdrawal of a bid, or refusal to accept an award, or enter into

contract with the Government without justifiable cause, after

the Bidder had been adjudged as having submitted the LCRB;

(viii) refusal or failure to post the required performance security

within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-

qualification within a period of seven (7) calendar days from

receipt of the request for clarification;

(x) any documented attempt by a Bidder to unduly influence the

outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the

joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding,

submitting late Bids or patently insufficient bid, for at least

three (3) times within a year, except for valid reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 32; or

(ii) fails to furnish performance security in accordance with ITB

Clause 33.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative

using the appropriate forms provided in Section VIII. Bidding Forms on or

before the deadline specified in the ITB Clauses 21 in two (2) separate sealed

bid envelopes, and which shall be submitted simultaneously. The first shall

contain the technical component of the bid, including the eligibility

requirements under ITB Clause 12.1, and the second shall contain the

financial component of the bid. This shall also be observed for each lot in the

case of lot procurement.

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any

alterations to their format, and no substitute form shall be accepted. All blank

spaces shall be filled in with the information requested.

19.3. The Bidder shall prepare and submit an original of the first and second

envelopes as described in ITB Clauses 12 and 13. In addition, the Bidder shall

submit copies of the first and second envelopes. In the event of any

discrepancy between the original and the copies, the original shall prevail.

Page 25: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

25

19.4. Each and every page of the Bid Form, including the Schedule of Prices, under

Section VIII hereof, shall be signed by the duly authorized representative/s of

the Bidder. Failure to do so shall be a ground for the rejection of the bid.

19.5. Any interlineations, erasures, or overwriting shall be valid only if they are

signed or initialed by the duly authorized representative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents

described in ITB Clause 12 in one sealed envelope marked “ORIGINAL -

TECHNICAL COMPONENT”, and the original of their financial component

in another sealed envelope marked “ORIGINAL - FINANCIAL

COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL

BID”.

20.2. Each copy of the first and second envelopes shall be similarly sealed duly

marking the inner envelopes as “COPY NO. ___ - TECHNICAL

COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and

the outer envelope as “COPY NO. ___”, respectively. These envelopes

containing the original and the copies shall then be enclosed in one single

envelope.

20.3. The original and the number of copies of the Bid as indicated in the BDS shall

be typed or written in ink and shall be signed by the Bidder or its duly

authorized representative/s.

20.4. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC in accordance with ITB

Clause 1.1;

(d) bear the specific identification of this bidding process indicated in the

ITB Clause 1.2; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for

the opening of bids, in accordance with ITB Clause 21.

20.5. Bid envelopes that are not properly sealed and marked, as required in the

bidding documents, shall not be rejected, but the Bidder or its duly authorized

representative shall acknowledge such condition of the bid as submitted. The

BAC or the Procuring Entity shall assume no responsibility for the

misplacement of the contents of the improperly sealed or marked bid, or for its

premature opening.

Page 26: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

26

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before

the date and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by

the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall

not be accepted by the Procuring Entity. The BAC shall record in the minutes of bid

submission and opening, the Bidder’s name, its representative and the time the late

bid was submitted.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that the

modification is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of bids. The Bidder shall not be allowed

to retrieve its original bid, but shall be allowed to submit another bid equally

sealed and properly identified in accordance with ITB Clause 20, linked to its

original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL

MODIFICATION” and stamped “received” by the BAC. Bid modifications

received after the applicable deadline shall not be considered and shall be

returned to the Bidder unopened.

23.2 A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has

been submitted, for valid and justifiable reason; provided that the Letter of

Withdrawal is received by the Procuring Entity prior to the deadline

prescribed for submission and receipt of bids. The Letter of Withdrawal must

be executed by the duly authorized representative of the Bidder identified in

the Omnibus Sworn Statement, a copy of which should be attached to the

letter.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be

returned unopened to the Bidders. A Bidder, who has acquired the bidding

documents, may also express its intention not to participate in the bidding

through a letter which should reach and be stamped by the BAC before the

deadline for submission and receipt of bids. A Bidder that withdraws its bid

shall not be permitted to submit another bid, directly or indirectly, for the

same contract.

23.4. No bid may be modified after the deadline for submission of bids. No bid may

be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of bid validity specified by the Bidder on the

Financial Bid Form. Withdrawal of a bid during this interval shall result in the

forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the

imposition of administrative, civil and criminal sanctions as prescribed by RA

9184 and its IRR.

Page 27: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

27

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the bids in public, immediately after the deadline for the

submission and receipt of bids, as specified in the BDS. In case the Bids

cannot be opened as scheduled due to justifiable reasons, the BAC shall take

custody of the Bids submitted and reschedule the opening of Bids on the next

working day or at the soonest possible time through the issuance of a Notice of

Postponement to be posted in the PhilGEPS website and the website of the

Procuring Entity concerned.

24.2. Unless otherwise specified in the BDS, the BAC shall open the first bid

envelopes and determine each Bidder’s compliance with the documents

prescribed in ITB Clause 12, using a non-discretionary “pass/fail” criterion. If

a Bidder submits the required document, it shall be rated “passed” for that

particular requirement. In this regard, bids that fail to include any requirement

or are incomplete or patently insufficient shall be considered as “failed”.

Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.3. Unless otherwise specified in the BDS, immediately after determining

compliance with the requirements in the first envelope, the BAC shall

forthwith open the second bid envelope of each remaining eligible bidder

whose first bid envelope was rated “passed”. The second envelope of each

complying bidder shall be opened within the same day. In case one or more of

the requirements in the second envelope of a particular bid is missing,

incomplete or patently insufficient, and/or if the submitted total bid price

exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC

shall rate the bid concerned as “failed”. Only bids that are determined to

contain all the bid requirements for both components shall be rated “passed”

and shall immediately be considered for evaluation and comparison.

24.4. Letters of Withdrawal shall be read out and recorded during bid opening, and

the envelope containing the corresponding withdrawn bid shall be returned to

the Bidder unopened.

24.5. All members of the BAC who are present during bid opening shall initial

every page of the original copies of all bids received and opened.

24.6. In the case of an eligible foreign bidder as described in ITB Clause 5, the

following Class “A” Documents may be substituted with the appropriate

equivalent documents, if any, issued by the country of the foreign Bidder

concerned, which shall likewise be uploaded and maintained in the PhilGEPS

in accordance with Section 8.5.2 of the IRR:

(a) Registration certificate from the Securities and Exchange Commission

(SEC), Department of Trade and Industry (DTI) for sole proprietorship, or

CDA for cooperatives;

Page 28: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

28

(b) Mayor’s/Business permit issued by the local government where the

principal place of business of the bidder is located; and

(c) Audited Financial Statements showing, among others, the prospective

bidder’s total and current assets and liabilities stamped “received” by the

Bureau of Internal Revenue or its duly accredited and authorized

institutions, for the preceding calendar year which should not be earlier

than two years from the date of bid submission.

24.7. Each partner of a joint venture agreement shall likewise submit the

requirements in ITB Clause 12.1(a)(i). Submission of documents required

under ITB Clauses 12.1(a)(ii) to 12.1(a)(iii) by any of the joint venture

partners constitutes compliance.

24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid

opening that shall include, as a minimum: (a) names of Bidders, their bid price

(per lot, if applicable, and/or including discount, if any), bid security, findings

of preliminary examination, and whether there is a withdrawal or

modification; and (b) attendance sheet. The BAC members shall sign the

abstract of bids as read.

24.8 The bidders or their duly authorized representatives may attend the opening of

bids. The BAC shall ensure the integrity, security, and confidentiality of all

submitted bids. The Abstract of Bids as read and the minutes of the bid

opening shall be made available to the public upon written request and

payment of a specified fee to recover cost of materials.

24.9 To ensure transparency and accurate representation of the bid submission, the

BAC Secretariat shall notify in writing all bidders whose bids it has received

through its PhilGEPS-registered physical address or official e-mail address.

The notice shall be issued within seven (7) calendar days from the date of the

bid opening.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its

Secretariat and TWG, are prohibited from making or accepting any kind of

communication with any bidder regarding the evaluation of their bids until the

issuance of the Notice of Award, unless otherwise allowed in the case of ITB

Clause 26.

25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring

Entity’s decision in respect of bid evaluation, bid comparison or contract

award will result in the rejection of the Bidder’s bid.

Page 29: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

29

26. Clarification of Bids

To assist in the evaluation, comparison, and post-qualification of the bids, the

Procuring Entity may ask in writing any Bidder for a clarification of its bid. All

responses to requests for clarification shall be in writing. Any clarification submitted

by a Bidder in respect to its bid and that is not in response to a request by the

Procuring Entity shall not be considered.

27. Domestic Preference

27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a margin

of preference for the purpose of comparison of bids in accordance with the

following:

(a) The preference shall be applied when the lowest Foreign Bid is lower

than the lowest bid offered by a Domestic Bidder.

(b) For evaluation purposes, the lowest Foreign Bid shall be increased by

fifteen percent (15%).

(c) In the event that the lowest bid offered by a Domestic Bidder does not

exceed the lowest Foreign Bid as increased, then the Procuring Entity

shall award the contract to the Domestic Bidder at the amount of the

lowest Foreign Bid.

(d) If the Domestic Bidder refuses to accept the award of contract at the

amount of the Foreign Bid within two (2) calendar days from receipt of

written advice from the BAC, the Procuring Entity shall award to the

bidder offering the Foreign Bid, subject to post-qualification and

submission of all the documentary requirements under these Bidding

Documents.

27.2. A Bidder may be granted preference as a Domestic Bidder subject to the

certification from the DTI that the Bidder is offering unmanufactured articles,

materials or supplies of the growth or production of the Philippines, or

manufactured articles, materials, or supplies manufactured or to be

manufactured in the Philippines substantially from articles, materials, or

supplies of the growth, production, or manufacture, as the case may be, of the

Philippines.

28. Detailed Evaluation and Comparison of Bids

28.1. The Procuring Entity will undertake the detailed evaluation and comparison of

bids which have passed the opening and preliminary examination of bids,

pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.

28.2. The Lowest Calculated Bid shall be determined in two steps:

(a) The detailed evaluation of the financial component of the bids, to

establish the correct calculated prices of the bids; and

Page 30: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

30

(b) The ranking of the total bid prices as so calculated from the lowest to

the highest. The bid with the lowest price shall be identified as the

Lowest Calculated Bid.

28.3. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation

of all bids rated “passed,” using non-discretionary pass/fail criteria. The BAC

shall consider the following in the evaluation of bids:

(a) Completeness of the bid. Unless the BDS allows partial bids, bids not

addressing or providing all of the required items in the Schedule of

Requirements including, where applicable, Schedule of Prices, shall be

considered non-responsive and, thus, automatically disqualified. In this

regard, where a required item is provided, but no price is indicated, the

same shall be considered as non-responsive, but specifying a zero (0)

or a dash (-) for the said item would mean that it is being offered for

free to the Procuring Entity, except those required by law or

regulations to be provided for; and

(b) Arithmetical corrections. Consider computational errors and omissions

to enable proper comparison of all eligible bids. It may also consider

bid modifications. Any adjustment shall be calculated in monetary

terms to determine the calculated prices.

28.4. Based on the detailed evaluation of bids, those that comply with the above-

mentioned requirements shall be ranked in the ascending order of their total

calculated bid prices, as evaluated and corrected for computational errors,

discounts and other modifications, to identify the Lowest Calculated Bid.

Total calculated bid prices, as evaluated and corrected for computational

errors, discounts and other modifications, which exceed the ABC shall not be

considered, unless otherwise indicated in the BDS.

28.5. The Procuring Entity’s evaluation of bids shall be based on the bid price

quoted in the Bid Form, which includes the Schedule of Prices.

28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For

this purpose, all bidders shall be required to include in their bids the cost of all

taxes, such as, but not limited to, value added tax (VAT), income tax, local

taxes, and other fiscal levies and duties which shall be itemized in the bid form

and reflected in the detailed estimates. Such bids, including said taxes, shall

be the basis for bid evaluation and comparison.

28.7. If so indicated pursuant to ITB Clause 1.2, Bids are being invited for

individual lots or for any combination thereof, provided that all Bids and

combinations of Bids shall be received by the same deadline and opened and

evaluated simultaneously so as to determine the Bid or combination of Bids

offering the lowest calculated cost to the Procuring Entity. Bid prices quoted

shall correspond to all items specified for each lot and to all quantities

specified for each item of a lot. Bid Security as required by ITB Clause 18

shall be submitted for each contract (lot) separately. The basis for evaluation

of lots is specified in BDS Clause 28.3.

Page 31: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

31

29. Post-Qualification

29.1. The BAC shall determine to its satisfaction whether the Bidder that is

evaluated as having submitted the Lowest Calculated Bid complies with and is

responsive to all the requirements and conditions specified in ITB Clauses 5,

12, and 13.

29.2. Within a non-extendible period of five (5) calendar days from receipt by the

bidder of the notice from the BAC that it submitted the Lowest Calculated

Bid, the Bidder shall submit its latest income and business tax returns filed and

paid through the BIR Electronic Filing and Payment System (eFPS) and other

appropriate licenses and permits required by law and stated in the BDS.

Failure to submit any of the post-qualification requirements on time, or a

finding against the veracity thereof, shall disqualify the bidder for award.

Provided in the event that a finding against the veracity of any of the

documents submitted is made, it shall cause the forfeiture of the bid security in

accordance with Section 69 of the IRR of RA 9184.

29.3. The determination shall be based upon an examination of the documentary

evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12

and 13, as well as other information as the Procuring Entity deems necessary

and appropriate, using a non-discretionary “pass/fail” criterion, which shall be

completed within a period of twelve (12) calendar days.

29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes

all the criteria for post-qualification, it shall declare the said bid as the LCRB,

and recommend to the HoPE the award of contract to the said Bidder at its

submitted price or its calculated bid price, whichever is lower.

29.5. A negative determination shall result in rejection of the Bidder’s Bid, in which

event the Procuring Entity shall proceed to the next Lowest Calculated Bid

with a fresh period to make a similar determination of that Bidder’s

capabilities to perform satisfactorily. If the second Bidder, however, fails the

post qualification, the procedure for post qualification shall be repeated for the

Bidder with the next Lowest Calculated Bid, and so on until the LCRB is

determined for recommendation for contract award.

29.6. Within a period not exceeding fifteen (15) calendar days from the

determination by the BAC of the LCRB and the recommendation to award the

contract, the HoPE or his duly authorized representative shall approve or

disapprove the said recommendation.

29.7. In the event of disapproval, which shall be based on valid, reasonable, and

justifiable grounds as provided for under Section 41 of the IRR of RA 9184,

the HoPE shall notify the BAC and the Bidder in writing of such decision and

the grounds for it. When applicable, the BAC shall conduct a post-

qualification of the Bidder with the next Lowest Calculated Bid. A request for

reconsideration may be filed by the bidder with the HoPE in accordance with

Section 37.1.3 of the IRR of RA 9184.

Page 32: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

32

30. Reservation Clause

30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring

Entity concerned reserves the right to review its qualifications at any stage of

the procurement process if it has reasonable grounds to believe that a

misrepresentation has been made by the said Bidder, or that there has been a

change in the Bidder’s capability to undertake the project from the time it

submitted its eligibility requirements. Should such review uncover any

misrepresentation made in the eligibility and bidding requirements, statements

or documents, or any changes in the situation of the Bidder which will affect

its capability to undertake the project so that it fails the preset eligibility or bid

evaluation criteria, the Procuring Entity shall consider the said Bidder as

ineligible and shall disqualify it from submitting a bid or from obtaining an

award or contract.

30.2. Based on the following grounds, the Procuring Entity reserves the right to

reject any and all bids, declare a Failure of Bidding at any time prior to the

contract award, or not to award the contract, without thereby incurring any

liability, and make no assurance that a contract shall be entered into as a result

of the bidding:

(a) If there is prima facie evidence of collusion between appropriate public

officers or employees of the Procuring Entity, or between the BAC and

any of the Bidders, or if the collusion is between or among the bidders

themselves, or between a Bidder and a third party, including any act

which restricts, suppresses or nullifies or tends to restrict, suppress or

nullify competition;

(b) If the Procuring Entity’s BAC is found to have failed in following the

prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the

contract will not redound to the benefit of the GOP as follows:

(i) If the physical and economic conditions have significantly

changed so as to render the project no longer economically,

financially or technically feasible as determined by the HoPE;

(ii) If the project is no longer necessary as determined by the

HoPE; and

(iii) If the source of funds for the project has been withheld or

reduced through no fault of the Procuring Entity.

30.3. In addition, the Procuring Entity may likewise declare a failure of bidding

when:

(a) No bids are received;

(b) All prospective Bidders are declared ineligible;

Page 33: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

33

(c) All bids fail to comply with all the bid requirements or fail post-

qualification; or

(d) The bidder with the LCRB refuses, without justifiable cause to accept

the award of contract, and no award is made in accordance with

Section 40 of the IRR of RA 9184.

F. Award of Contract

31. Contract Award

31.1. Subject to ITB Clause 29, the HoPE or its duly authorized representative shall

award the contract to the Bidder whose bid has been determined to be the

LCRB.

31.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall

notify the successful Bidder in writing that its bid has been accepted, through a

Notice of Award duly received by the Bidder or its representative personally

or sent by registered mail or electronically, receipt of which must be

confirmed in writing within two (2) days by the Bidder with the LCRB and

submitted personally or sent by registered mail or electronically to the

Procuring Entity.

31.3. Notwithstanding the issuance of the Notice of Award, award of contract shall

be subject to the following conditions:

(a) Submission of the following documents within ten (10) calendar days

from receipt of the Notice of Award:

(i) Valid JVA, if applicable; or

(ii) In the case of procurement by a Philippine Foreign Service

Office or Post, the PhilGEPS Registration Number of the

winning foreign Bidder;

(b) Posting of the performance security in accordance with ITB Clause 33;

(c) Signing of the contract as provided in ITB Clause 32; and

(d) Approval by higher authority, if required, as provided in Section 37.3

of the IRR of RA 9184.

31.4. At the time of contract award, the Procuring Entity shall not increase or

decrease the quantity of goods originally specified in Section VI. Schedule of

Requirements.

32. Signing of the Contract

32.1. At the same time as the Procuring Entity notifies the successful Bidder that its

bid has been accepted, the Procuring Entity shall send the Contract Form to

Page 34: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

34

the Bidder, which contract has been provided in the Bidding Documents,

incorporating therein all agreements between the parties.

32.2. Within ten (10) calendar days from receipt of the Notice of Award, the

successful Bidder shall post the required performance security, sign and date

the contract and return it to the Procuring Entity.

32.3. The Procuring Entity shall enter into contract with the successful Bidder

within the same ten (10) calendar day period provided that all the documentary

requirements are complied with.

32.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals,

and all other documents/statements submitted (e.g., bidder’s response

to request for clarifications on the bid), including corrections to the

bid, if any, resulting from the Procuring Entity’s bid evaluation;

(d) Performance Security;

(e) Notice of Award of Contract; and

(f) Other contract documents that may be required by existing laws and/or

specified in the BDS.

33. Performance Security

33.1. To guarantee the faithful performance by the winning Bidder of its obligations

under the contract, it shall post a performance security within a maximum

period of ten (10) calendar days from the receipt of the Notice of Award from

the Procuring Entity and in no case later than the signing of the contract.

33.2. The Performance Security shall be denominated in Philippine Pesos and

posted in favor of the Procuring Entity in an amount not less than the

percentage of the total contract price in accordance with the following

schedule:

Form of Performance Security

Amount of Performance Security

(Not less than the Percentage of the

Total Contract Price)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

For biddings conducted by the

LGUs, the Cashier’s/Manager’s

Check may be issued by other

Five percent (5%)

Page 35: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

35

banks certified by the BSP as

authorized to issue such

financial instrument.

(b) Bank draft/guarantee or

irrevocable letter of credit

issued by a Universal or

Commercial Bank: Provided,

however, that it shall be

confirmed or authenticated by a

Universal or Commercial Bank,

if issued by a foreign bank.

For biddings conducted by the

LGUs, the Bank Draft/

Guarantee or Irrevocable Letter

of Credit may be issued by other

banks certified by the BSP as

authorized to issue such

financial instrument.

(c) Surety bond callable upon

demand issued by a surety or

insurance company duly

certified by the Insurance

Commission as authorized to

issue such security.

Thirty percent (30%)

33.3. Failure of the successful Bidder to comply with the above-mentioned

requirement shall constitute sufficient ground for the annulment of the award

and forfeiture of the bid security, in which event the Procuring Entity shall

have a fresh period to initiate and complete the post qualification of the second

Lowest Calculated Bid. The procedure shall be repeated until the LCRB is

identified and selected for recommendation of contract award. However if no

Bidder passed post-qualification, the BAC shall declare the bidding a failure

and conduct a re-bidding with re-advertisement, if necessary.

34. Notice to Proceed

Within seven (7) calendar days from the date of approval of the contract by the

appropriate government approving authority, the Procuring Entity shall issue the

Notice to Proceed (NTP) together with a copy or copies of the approved contract to

the successful Bidder. All notices called for by the terms of the contract shall be

effective only at the time of receipt thereof by the successful Bidder.

35. Protest Mechanism

Decisions of the procuring entity at any stage of the procurement process may be

questioned in accordance with Section 55 of the IRR of RA 9184.

Page 36: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

36

Section III. Bid Data Sheet

Page 37: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

37

Bid Data Sheet ITB Clause

1.1 The Procuring Entity is PHILIPPINE CENTER FOR POSTHARVEST

DEVELOPMENT AND MECHANIZATION (PHilMech)

1.2 The name of the Contract is Supply, Delivery and Testing of Rice Combine

Harvesters (Contract Reference No. PHilMech-RCEF-19-10-07)

The lot(s) and reference nos. are:

LOT NO. PROJECT TITLE * ABC

(PhP)

1 Supply, Delivery and Testing of 41 Units

Rice Combine Harvesters for Region I 82,000,000.00

2 Supply, Delivery and Testing of 44 Units

Rice Combine Harvesters for Region II 88,000,000.00

3 Supply, Delivery and Testing of 34 Units

Rice Combine Harvesters for Region III 68,000,000.00

4 Supply, Delivery and Testing of 38 Units

Rice Combine Harvesters for Region IV-A

and IV-B

76,000,000.00

5 Supply, Delivery and Testing of 29 Units

Rice Combine Harvesters for Region V 58,000,000.00

6 Supply, Delivery and Testing of 37 Units

Rice Combine Harvesters for Region VI 74,000,000.00

7 Supply, Delivery and Testing of 14 Units

Rice Combine Harvesters for Region VII 28,000,000.00

8 Supply, Delivery and Testing of 32 Units

Rice Combine Harvesters for Region VIII 64,000,000.00

9 Supply, Delivery and Testing of 16 Units

Rice Combine Harvesters for Region IX 32,000,000.00

10 Supply, Delivery and Testing of 17 Units

Rice Combine Harvesters for Region X 34,000,000.00

11 Supply, Delivery and Testing of 13 Units

Rice Combine Harvesters for Region XI 26,000,000.00

12 Supply, Delivery and Testing of 17 Units

Rice Combine Harvesters for Region XII 34,000,000.00

13 Supply, Delivery and Testing of 7 Units

Rice Combine Harvesters for Region CAR 14,000,000.00

14 Supply, Delivery and Testing of 17 Units

Rice Combine Harvesters for Region

CARAGA 34,000,000.00

*please see Annex A of BDS for detailed delivery sites.

Bids shall be submitted and evaluated per lot. Accordingly, and without

guaranteeing that an award will be made, a single Notice of Award will be

issued for each Lot. Bids not covering the entire contract requirement of

each lot shall be rejected outright

Page 38: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

38

2 The Funding Source is:

The Government of the Philippines (GOP) through the authorized

appropriations under the FY2019 Rice Competitive Enhancement Fund

(RCEF) in the amount of Seven Hundred Twelve Million Pesos.

(PhP712,000,000.00)

3.1 No further instructions.

5.1 No further instructions.

5.2 Foreign bidders, except those falling under ITB Clause 5.2(b), may not

participate in this Project.

5.4 The Bidder must have completed, within the last ten (10) years, a single

contract that is similar to this Project, equivalent to at least fifty percent

(50%) of the ABC.

OR

(applicable only for Lots 1, 2, 3, 4, and 6)

must have completed within the last ten (10) years at least two (2) similar

contracts and the aggregate contract amounts should be equivalent to at least

fifty percent (50%) of the ABC. The largest of these similar contracts must

be equivalent to at least twenty five percent (25%) of the ABC.

For this purpose, a similar contract shall refer to any contract for the supply

and delivery of agricultural machineries.

The SLCC or statement of the aggregate contract shall be supported by

the following documents:

a. Copy of SLCC/Aggregate contracts, (Contract/Agreement can be any or

all of the following: Contract/Job Order/Purchase Order/Notice of

Award/Notice to Proceed/Sales Invoice/Official Receipt or any other

duly executed document proving/showing the name/nature of project

description and contract cost).

AND

b. Proof of Completion and Acceptance for the aforesaid SLCC/Aggregate

conttracts (Proof of completion and acceptance can be any or all of the

following: Official Receipt/Certificate of Completion/ Certificate of

Acceptance/Certificate of Satisfactory Performance/Sales

Invoice/Statement of Account showing payment/Delivery Receipt duly

acknowledged by the client.)

Notes:

a. The submitted document/s must show the following information,

among others:

Page 39: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

39

i. SLCC is similar to the requirement;

ii. Contract cost is at least 50% of the ABC of the lot participated in;

or for lots 1, 2, 3, 4, and 6 and, the bidder may opt to submit at

least 2 contracts and the aggregate contract amounts should be

equivalent to at least fifty percent (50%) of the ABC of lots 1, 2,

3, 4, and 6. The largest of these similar contracts must be

equivalent to at least twenty five percent (25%) of the ABC of

lots 1, 2, 3, 4, and 6; and

iii. SLCC must be completed as of the date of bidding.

b. If all details needed in items (a) and (b) can be established in a single

document, the same is acceptable as submission for the two (2) items.

c. If Sales Invoice/Official Receipt/Statement of Account is submitted, it

must reflect full payment of the contract price of aforesaid completed

project.

d. If bidding as a JV, the statement shall be submitted by any of the JV

partners

5.5 Note: If bidding as a JV, the NFCC or Committed Line of Credit may be

submitted by any of the JV partners; provided, that the partner responsible to

submit the NFCC shall likewise submit the Statement of all ongoing

contracts and Audited Financial Statements.

7 No further instructions.

8.1 Subcontracting is not allowed.

8.2 Not Applicable.

9.1 The Procuring Entity will hold a pre-bid conference for this Project on

October 29, 2019; 1:30PM at the Auditorium, PHilMech Main Office,

Science City of Muñoz, Nueva Ecija.

10.1 Bidders who have purchased the Bidding Documents may request for

clarifications on any part of the Bidding Documents. Such a request must be

in writing and submitted to the Procuring Entity at the following address at

least ten (10) calendar days before the deadline for submission and receipt of

bids:

The Procuring Entity’s address is:

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND

MECHANIZATION

Main Office :CLSU Cpd., Science City of Muñoz, Nueva Ecija

Tel. No. (044) 4560287/ FAX No. (044) 4560110

Requests for clarification and/or interpretation maybe addressed to:

Ms. RICHELLE ANN L. MOROTA

Chairperson, BAC Secretariat

Tel No. (044) 4560287 loc.272

E-mail Address: [email protected] or [email protected]

Page 40: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

40

12.1 A. ELIGIBILITY DOCUMENTS –

NOTE: During bid submission and opening, bidder must submit only one

(1) set of the eligibility documents regardless of the number of lots

being bid for

In addition to the eligibility and technical documents indicated in ITB 12.1.

the first envelop shall also contain the following document/s:

Authority of the Signing Official which must be in the form of a duly

notarized Special Power of Attorney (SPA) in the case of Sole

Proprietorships or the Secretary’s Certificate in the case of

Corporations and Cooperatives, with specimen signature of the

bidder’s authorized representative to transact with PhilMECH

relative to the subject procurement process and/or signatory in all the

required tender documents, including the authority to enter into a

Joint Venture Agreement (JVA) (if applicable), and appoint the lead

partner and representative of the JVA. If executed abroad, the same

must be duly authenticated by the Philippine Consulate in the place

of execution.

12.1(a)(i) PhilGEPS Certificate of Registration (Platinum Membership) shall include

its Annex A;

i. In case the bidder opted to submit their Class “A” Documents, the

Certificate of PhilGEPS Registration (Platinum Membership) shall

remain as a post-qualification requirement, in accordance with GPPB

Resolution No. 26-2017.

ii. The valid PhilGEPS Certificate of Registration (Platinum Membership)

shall reflect the updated eligibility documents. If the documents indicated

in the Annex A of the PhilGeps Certificate are no longer valid or

updated, the bidder shall submit, together with the PhilGEPS Certificate,

the copies of the updated eligibility documents, otherwise bid shall be

considered “failed.”

12.1(a)(ii) The bidder’s SLCC similar to the contract to be bid must have been completed within ten (10) years prior to the deadline for the submission and receipt of bids. (lots 1, 2, 3, 4, and 6) the aggregate contracts must have been completed

within the last ten (10) years.

12.1(a)(iii) In lieu of the NFCC computation, a committed line of credit from a universal

or commercial bank may be submitted for each lot.

12.1(b)(ii) TECHNICAL DOCUMENTS - Aside from the conformity with the Schedule of Requirements and Technical Specifications, enumerated and specified in Sections VI and VII, respectively, of the Bidding Documents, bidders must also submit

Page 41: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

41

the following additional duly signed/executed Technical Documents that must be included in the Technical Envelope, to wit:

1. Certificate of Dealership/Distributorship/Authority to Sell, and

Commitment to Supply directly or indirectly issued by the

manufacturer to the bidder;

2. Notarized Certificate of stock availability or stock allocation from the

national distributor or manufacturer specifying the name of the

project.

3. Manufacturer’s, distributor’s or bidder’s certification that the

proposed Agricultural Machinery Brand has been and is being

continuously sold in the Philippine market for the last fifteen (15)

years, accompanied or duly supported by any proof, verifiable

through phone call, ocular inspection or both, which must include:

(a) proof of sales of the brand of Agricultural Machinery in the year

2004 or earlier; and

(b) proof of sales of the brand of Agricultural Machinery for every

five (5) years after 2004.

4. Statement or List of Manufacturer/Supplier-Authorized or Affiliated

Active Service Centers in the area or Region of the contract lot being

bid on, indicating the company/business name and address, and the

name and telephone number of the contact person.

5. Original copy of the Original Equipment Manufacturer (OEM)

Manual written in English

13.1 No additional Requirements

13.1(b) No further instructions.

13.1(c) No additional requirements.

13.2 No further instructions.

15.4(a)(iv) No incidental services required.

15.4(b) No further instructions.

16.1(b) The Bid prices for Goods supplied from outside of the Philippines shall be

quoted in Philippine Pesos.

16.3 No further instruction.

17.1 Bids shall be valid for a period of One Hundred Twenty (120) Calendar

Days from the date of the Opening of Bids.

18.1 The bid security shall be in the form of a Bid Securing Declaration, or any of

the following forms and amounts:

LOT NO. ABC

1. Bid Security in cash,

cashier's/manager's

check, bank

draft/guarantee or

irrevocable letter of

credit (2% of the ABC)

2. Bid Security in

Surety Bond (5% of

the ABC)

1 82,000,000.00 1,640,000.00 4,100,000.00

Page 42: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

42

2 88,000,000.00 1,760,000.00 4,400,000.00

3 68,000,000.00 1,360,000.00 3,400,000.00

4 76,000,000.00 1,520,000.00 3,800,000.00

5 58,000,000.00 1,160,000.00 2,900,000.00

6 74,000,000.00 1,480,000.00 3,700,000.00

7 28,000,000.00 560,000.00 1,400,000.00

8 64,000,000.00 1,280,000.00 3,200,000.00

9 32,000,000.00 640,000.00 1,600,000.00

10 34,000,000.00 680,000.00 1,700,000.00

11 26,000,000.00 520,000.00 1,300,000.00

12 34,000,000.00 680,000.00 1,700,000.00

13 14,000,000.00 280,000.00 700,000.00

14 34,000,000.00 680,000.00 1,700,000.00

One Bid Security shall be submitted for each lot if the bid security is in the

form of cash, cashier’s/manager’ check, bank draft/guarantee or irrevocable

letter of credit or surety bond.

The bidder may submit only one (1) Bid Securing Declaration regardless of

the number of lots being bid for.

The bid security in the form of cashier’s/manager’s check shall be payable to

the Philippine Center for Postharvest Development and Mechanization

(PHilMech).

18.2 The bid security shall be valid for a period One Hundred Twenty (120)

Calendar Days from the Date of the Opening of Bids.

20.3 Each Bidder shall submit One (1) original and Two (2) copies of each

component of its bid.

The duplicates, i.e. copy 1 and copy 2, must include the same documents as

that of the original set of documents. In case, however, a bidder opts to

submit cash as bid security, copy 1 and copy 2 need not contain photocopies

of the same.

NOTE: Financial Bid Form for each lot must be put in separate sealed

folders duly marked.

The Original and Two Copies of the first and second components of the bid

must be properly paginated, with tabbing and table of contents.

21 Bids must be received at Auditorium, PHilMech Main Office, Science City

of Muñoz, Nueva Ecija on or before 1:30PM of November 14, 2019

24.1 The place of bid opening is Auditorium, PHilMech Main Office, Science

City of Muñoz, Nueva Ecija.

The date and time of bid opening is at exactly 1:30 in the afternoon of

November 14, 2019.

During the opening of bids a maximum of two (2) authorized representatives

Page 43: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

43

shall be allowed to attend or to assist in the opening of bids. In case the

authorized representative is not present, any representative of the authorized

representative may be allowed provided that a separate written authorization

from the authorized representative shall be presented for the purpose; Provided

further, that the authorized representative is duly authorized to issue such

further authority and the same is reflected in the SPA, Board Resolution and/or

Secretary's Certificate.

24.2 No further instructions.

24.3 No further instructions.

27.1 No further instructions.

28.3 (a) Partial bids are not allowed. The goods are grouped into several lots and the

lots shall not be divided into sub-lots for the purpose of bidding, evaluation,

and contract award.

28.4 No further instructions.

29.2 During post-qualification, the bidder/s shall also submit the following

documents of or pertaining to its authorized/affiliated service center/s:

I. Valid Mayor’s permit;

II. Income tax return from the preceding year;

III. Names of at least two technicians/personnel with either NC II

Certificate in Agri-machinery Repair and Maintenance or

Manufacturer’s/ Distributor’s/ Dealer’s Certificate of Training

and copies of training certificates; and

Verifiable record of availability of spare parts of the brand or model being

offered in the specified service center/s.

32.4(f) No further instruction

Page 44: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

44

Section IV. General Conditions of Contract

Page 45: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

45

TABLE OF CONTENTS

1. DEFINITIONS .............................................................................................. 47

2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE

PRACTICES ................................................................................................. 48

3. INSPECTION AND AUDIT BY THE FUNDING SOURCE ................................. 49

4. GOVERNING LAW AND LANGUAGE ........................................................... 49

5. NOTICES ..................................................................................................... 49

6. SCOPE OF CONTRACT ................................................................................ 50

7. SUBCONTRACTING ..................................................................................... 50

8. PROCURING ENTITY’S RESPONSIBILITIES ................................................ 50

9. PRICES ....................................................................................................... 50

10. PAYMENT ................................................................................................... 51

11. ADVANCE PAYMENT AND TERMS OF PAYMENT ....................................... 51

12. TAXES AND DUTIES .................................................................................... 52

13. PERFORMANCE SECURITY ........................................................................ 52

14. USE OF CONTRACT DOCUMENTS AND INFORMATION .............................. 53

15. STANDARDS ................................................................................................ 53

16. INSPECTION AND TESTS ............................................................................. 53

17. WARRANTY ................................................................................................ 54

18. DELAYS IN THE SUPPLIER’S PERFORMANCE ............................................ 55

19. LIQUIDATED DAMAGES ............................................................................. 55

20. SETTLEMENT OF DISPUTES ....................................................................... 55

21. LIABILITY OF THE SUPPLIER ..................................................................... 56

22. FORCE MAJEURE ....................................................................................... 56

23. TERMINATION FOR DEFAULT .................................................................... 56

24. TERMINATION FOR INSOLVENCY .............................................................. 57

25. TERMINATION FOR CONVENIENCE ........................................................... 57

26. TERMINATION FOR UNLAWFUL ACTS ...................................................... 58

27. PROCEDURES FOR TERMINATION OF CONTRACTS ................................... 58

28. ASSIGNMENT OF RIGHTS ........................................................................... 59

Page 46: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

46

29. CONTRACT AMENDMENT .......................................................................... 60

30. APPLICATION ............................................................................................. 60

Page 47: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

47

1. Definitions

1.1. In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the

Procuring Entity and the Supplier, as recorded in the Contract Form

signed by the parties, including all attachments and appendices thereto

and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the

Contract for the full and proper performance of its contractual

obligations.

(c) “The Goods” means all of the supplies, equipment, machinery, spare

parts, other materials and/or general support services which the

Supplier is required to provide to the Procuring Entity under the

Contract.

(d) “The Services” means those services ancillary to the supply of the

Goods, such as transportation and insurance, and any other incidental

services, such as installation, commissioning, provision of technical

assistance, training, and other such obligations of the Supplier covered

under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this

Section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Procuring Entity” means the organization purchasing the Goods,

as named in the SCC.

(h) “The Procuring Entity’s country” is the Philippines.

(i) “The Supplier” means the individual contractor, manufacturer

distributor, or firm supplying/manufacturing the Goods and Services

under this Contract and named in the SCC.

(j) The “Funding Source” means the organization named in the SCC.

(k) “The Project Site,” where applicable, means the place or places named

in the SCC.

(l) “Day” means calendar day.

(m) The “Effective Date” of the contract will be the date of signing the

contract, however the Supplier shall commence performance of its

obligations only upon receipt of the Notice to Proceed and copy of the

approved contract.

Page 48: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

48

(n) “Verified Report” refers to the report submitted by the Implementing

Unit to the HoPE setting forth its findings as to the existence of

grounds or causes for termination and explicitly stating its

recommendation for the issuance of a Notice to Terminate.

2. Corrupt, Fraudulent, Collusive, and Coercive Practices

2.1. Unless otherwise provided in the SCC, the Procuring Entity as well as the

bidders, contractors, or suppliers shall observe the highest standard of ethics

during the procurement and execution of this Contract. In pursuance of this

policy, the Procuring Entity:

(a) defines, for the purposes of this provision, the terms set forth below as

follows:

(i) "corrupt practice" means behavior on the part of officials in the

public or private sectors by which they improperly and

unlawfully enrich themselves, others, or induce others to do so,

by misusing the position in which they are placed, and it

includes the offering, giving, receiving, or soliciting of

anything of value to influence the action of any such official in

the procurement process or in contract execution; entering, on

behalf of the Government, into any contract or transaction

manifestly and grossly disadvantageous to the same, whether or

not the public officer profited or will profit thereby, and similar

acts as provided in Republic Act 3019.

(ii) "fraudulent practice" means a misrepresentation of facts in

order to influence a procurement process or the execution of a

contract to the detriment of the Procuring Entity, and includes

collusive practices among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-

competitive levels and to deprive the Procuring Entity of the

benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between

two or more Bidders, with or without the knowledge of the

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm,

directly or indirectly, persons, or their property to influence

their participation in a procurement process, or affect the

execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or

concealing of evidence material to an administrative

proceedings or investigation or making false statements

to investigators in order to materially impede an

Page 49: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

49

administrative proceedings or investigation of the

Procuring Entity or any foreign government/foreign or

international financing institution into allegations of a

corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters

relevant to the administrative proceedings or

investigation or from pursuing such proceedings or

investigation; or

(bb) acts intended to materially impede the exercise of the

inspection and audit rights of the Procuring Entity or

any foreign government/foreign or international

financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in any of the practices mentioned

in this Clause for purposes of competing for the contract.

2.2. Further the Funding Source, Borrower or Procuring Entity, as appropriate, will

seek to impose the maximum civil, administrative and/or criminal penalties

available under the applicable law on individuals and organizations deemed to

be involved with any of the practices mentioned in GCC Clause 2.1(a).

3. Inspection and Audit by the Funding Source

The Supplier shall permit the Funding Source to inspect the Supplier’s accounts and

records relating to the performance of the Supplier and to have them audited by

auditors appointed by the Funding Source, if so required by the Funding Source.

4. Governing Law and Language

4.1. This Contract shall be interpreted in accordance with the laws of the Republic

of the Philippines.

4.2. This Contract has been executed in the English language, which shall be the

binding and controlling language for all matters relating to the meaning or

interpretation of this Contract. All correspondence and other documents

pertaining to this Contract exchanged by the parties shall be written in

English.

5. Notices

5.1. Any notice, request, or consent required or permitted to be given or made

pursuant to this Contract shall be in writing. Any such notice, request, or

consent shall be deemed to have been given or made when received by the

concerned party, either in person or through an authorized representative of

the Party to whom the communication is addressed, or when sent by registered

mail, telex, telegram, or facsimile to such Party at the address specified in the

Page 50: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

50

SCC, which shall be effective when delivered and duly received or on the

notice’s effective date, whichever is later.

5.2. A Party may change its address for notice hereunder by giving the other Party

notice of such change pursuant to the provisions listed in the SCC for GCC

Clause 5.1.

6. Scope of Contract

6.1. The Goods and Related Services to be provided shall be as specified in

Section VI. Schedule of Requirements.

6.2. This Contract shall include all such items, although not specifically

mentioned, that can be reasonably inferred as being required for its completion

as if such items were expressly mentioned herein. Any additional

requirements for the completion of this Contract shall be provided in the SCC.

7. Subcontracting

7.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does not

relieve the Supplier of any liability or obligation under this Contract. The

Supplier will be responsible for the acts, defaults, and negligence of any

subcontractor, its agents, servants or workmen as fully as if these were the

Supplier’s own acts, defaults, or negligence, or those of its agents, servants or

workmen.

7.2. If subcontracting is allowed, the Supplier may identify its subcontractor during

contract implementation. Subcontractors disclosed and identified during the

bidding may be changed during the implementation of this Contract. In either

case, subcontractors must submit the documentary requirements under ITB

Clause 12 and comply with the eligibility criteria specified in the BDS. In the

event that any subcontractor is found by the Procuring Entity to be ineligible,

the subcontracting of such portion of the Goods shall be disallowed.

8. Procuring Entity’s Responsibilities

8.1. Whenever the performance of the obligations in this Contract requires that the

Supplier obtain permits, approvals, import, and other licenses from local

public authorities, the Procuring Entity shall, if so needed by the Supplier,

make its best effort to assist the Supplier in complying with such requirements

in a timely and expeditious manner.

8.2. The Procuring Entity shall pay all costs involved in the performance of its

responsibilities in accordance with GCC Clause 6.

9. Prices

9.1. For the given scope of work in this Contract as awarded, all bid prices are

considered fixed prices, and therefore not subject to price escalation during

contract implementation, except under extraordinary circumstances and upon

Page 51: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

51

prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and

its IRR or except as provided in this Clause.

9.2. Prices charged by the Supplier for Goods delivered and/or services performed

under this Contract shall not vary from the prices quoted by the Supplier in its

bid, with the exception of any change in price resulting from a Change Order

issued in accordance with GCC Clause 29.

10. Payment

10.1. Payments shall be made only upon a certification by the HoPE to the effect

that the Goods have been rendered or delivered in accordance with the terms

of this Contract and have been duly inspected and accepted. Except with the

prior approval of the President no payment shall be made for services not yet

rendered or for supplies and materials not yet delivered under this Contract.

Ten percent (10%) of the amount of each payment shall be retained by the

Procuring Entity to cover the Supplier’s warranty obligations under this

Contract as described in GCC Clause 17.

10.2. The Supplier’s request(s) for payment shall be made to the Procuring Entity in

writing, accompanied by an invoice describing, as appropriate, the Goods

delivered and/or Services performed, and by documents submitted pursuant to

the SCC provision for GCC Clause 6.2, and upon fulfillment of other

obligations stipulated in this Contract.

10.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the

Procuring Entity, but in no case later than sixty (60) days after submission of

an invoice or claim by the Supplier. Payments shall be in accordance with the

schedule stated in the SCC.

10.4. Unless otherwise provided in the SCC, the currency in which payment is

made to the Supplier under this Contract shall be in Philippine Pesos.

10.5. Unless otherwise provided in the SCC, payments using Letter of Credit (LC),

in accordance with the Guidelines issued by the GPPB, is allowed. For this

purpose, the amount of provisional sum is indicated in the SCC. All charges

for the opening of the LC and/or incidental expenses thereto shall be for the

account of the Supplier.

11. Advance Payment and Terms of Payment

11.1. Advance payment shall be made only after prior approval of the President, and

shall not exceed fifteen percent (15%) of the Contract amount, unless

otherwise directed by the President or in cases allowed under Annex “D” of

RA 9184.

11.2. All progress payments shall first be charged against the advance payment until

the latter has been fully exhausted.

11.3. For Goods supplied from abroad, unless otherwise indicated in the SCC, the

terms of payment shall be as follows:

Page 52: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

52

(a) On Contract Signature: Fifteen Percent (15%) of the Contract Price

shall be paid within sixty (60) days from signing of the Contract and

upon submission of a claim and a bank guarantee for the equivalent

amount valid until the Goods are delivered and in the form provided in

Section VIII. Bidding Forms.

(b) On Delivery: Sixty-five percent (65%) of the Contract Price shall be

paid to the Supplier within sixty (60) days after the date of receipt of

the Goods and upon submission of the documents (i) through (vi)

specified in the SCC provision on Delivery and Documents.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract

Price shall be paid to the Supplier within sixty (60) days after the date

of submission of the acceptance and inspection certificate for the

respective delivery issued by the Procuring Entity’s authorized

representative. In the event that no inspection or acceptance certificate

is issued by the Procuring Entity’s authorized representative within

forty five (45) days of the date shown on the delivery receipt, the

Supplier shall have the right to claim payment of the remaining twenty

percent (20%) subject to the Procuring Entity’s own verification of the

reason(s) for the failure to issue documents (vii) and (viii) as described

in the SCC provision on Delivery and Documents.

12. Taxes and Duties

The Supplier, whether local or foreign, shall be entirely responsible for all the

necessary taxes, stamp duties, license fees, and other such levies imposed for the

completion of this Contract.

13. Performance Security

13.1. Within ten (10) calendar days from receipt of the Notice of Award from the

Procuring Entity but in no case later than the signing of the contract by both

parties, the successful Bidder shall furnish the performance security in any the

forms prescribed in the ITB Clause 33.2.

13.2. The performance security posted in favor of the Procuring Entity shall be

forfeited in the event it is established that the winning bidder is in default in

any of its obligations under the contract.

13.3. The performance security shall remain valid until issuance by the Procuring

Entity of the Certificate of Final Acceptance.

13.4. The performance security may be released by the Procuring Entity and

returned to the Supplier after the issuance of the Certificate of Final

Acceptance subject to the following conditions:

(a) There are no pending claims against the Supplier or the surety

company filed by the Procuring Entity;

Page 53: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

53

(b) The Supplier has no pending claims for labor and materials filed

against it; and

(c) Other terms specified in the SCC.

13.5. In case of a reduction of the contract value, the Procuring Entity shall allow a

proportional reduction in the original performance security, provided that any

such reduction is more than ten percent (10%) and that the aggregate of such

reductions is not more than fifty percent (50%) of the original performance

security.

14. Use of Contract Documents and Information

14.1. The Supplier shall not, except for purposes of performing the obligations in

this Contract, without the Procuring Entity’s prior written consent, disclose

this Contract, or any provision thereof, or any specification, plan, drawing,

pattern, sample, or information furnished by or on behalf of the Procuring

Entity. Any such disclosure shall be made in confidence and shall extend only

as far as may be necessary for purposes of such performance.

14.2. Any document, other than this Contract itself, enumerated in GCC Clause

14.1 shall remain the property of the Procuring Entity and shall be returned

(all copies) to the Procuring Entity on completion of the Supplier’s

performance under this Contract if so required by the Procuring Entity.

15. Standards

The Goods provided under this Contract shall conform to the standards mentioned in

the Section VII. Technical Specifications; and, when no applicable standard is

mentioned, to the authoritative standards appropriate to the Goods’ country of origin.

Such standards shall be the latest issued by the institution concerned.

16. Inspection and Tests

16.1. The Procuring Entity or its representative shall have the right to inspect and/or

to test the Goods to confirm their conformity to the Contract specifications at

no extra cost to the Procuring Entity. The SCC and

16.2. If applicable, the inspections and tests may be conducted on the premises of

the Supplier or its subcontractor(s), at point of delivery, and/or at the goods’

final destination. If conducted on the premises of the Supplier or its

subcontractor(s), all reasonable facilities and assistance, including access to

drawings and production data, shall be furnished to the inspectors at no charge

to the Procuring Entity. The Supplier shall provide the Procuring Entity with

results of such inspections and tests.

16.3. The Procuring Entity or its designated representative shall be entitled to attend

the tests and/or inspections referred to in this Clause provided that the

Procuring Entity shall bear all of its own costs and expenses incurred in

Page 54: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

54

connection with such attendance including, but not limited to, all traveling and

board and lodging expenses.

16.4. The Procuring Entity may reject any Goods or any part thereof that fail to pass

any test and/or inspection or do not conform to the specifications. The

Supplier shall either rectify or replace such rejected Goods or parts thereof or

make alterations necessary to meet the specifications at no cost to the

Procuring Entity, and shall repeat the test and/or inspection, at no cost to the

Procuring Entity, upon giving a notice pursuant to GCC Clause 5.

16.5. The Supplier agrees that neither the execution of a test and/or inspection of the

Goods or any part thereof, nor the attendance by the Procuring Entity or its

representative, shall release the Supplier from any warranties or other

obligations under this Contract.

17. Warranty

17.1. The Supplier warrants that the Goods supplied under the Contract are new,

unused, of the most recent or current models, and that they incorporate all

recent improvements in design and materials, except when the technical

specifications required by the Procuring Entity provides otherwise.

17.2. The Supplier further warrants that all Goods supplied under this Contract shall

have no defect, arising from design, materials, or workmanship or from any

act or omission of the Supplier that may develop under normal use of the

supplied Goods in the conditions prevailing in the country of final destination.

17.3. In order to assure that manufacturing defects shall be corrected by the

Supplier, a warranty shall be required from the Supplier for a minimum period

specified in the SCC. The obligation for the warranty shall be covered by, at

the Supplier’s option, either retention money in an amount equivalent to at

least one percent (1%) of every progress payment, or a special bank guarantee

equivalent to at least one percent (1%) of the total Contract Price or other such

amount if so specified in the SCC. The said amounts shall only be released

after the lapse of the warranty period specified in the SCC; provided,

however, that the Supplies delivered are free from patent and latent defects

and all the conditions imposed under this Contract have been fully met.

17.4. The Procuring Entity shall promptly notify the Supplier in writing of any

claims arising under this warranty. Upon receipt of such notice, the Supplier

shall, within the period specified in the SCC and with all reasonable speed,

repair or replace the defective Goods or parts thereof, without cost to the

Procuring Entity.

17.5. If the Supplier, having been notified, fails to remedy the defect(s) within the

period specified in GCC Clause 17.4, the Procuring Entity may proceed to

take such remedial action as may be necessary, at the Supplier’s risk and

expense and without prejudice to any other rights which the Procuring Entity

may have against the Supplier under the Contract and under the applicable

law.

Page 55: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

55

18. Delays in the Supplier’s Performance

18.1. Delivery of the Goods and/or performance of Services shall be made by the

Supplier in accordance with the time schedule prescribed by the Procuring

Entity in Section VI. Schedule of Requirements.

18.2. If at any time during the performance of this Contract, the Supplier or its

Subcontractor(s) should encounter conditions impeding timely delivery of the

Goods and/or performance of Services, the Supplier shall promptly notify the

Procuring Entity in writing of the fact of the delay, its likely duration and its

cause(s). As soon as practicable after receipt of the Supplier’s notice, and

upon causes provided for under GCC Clause 22, the Procuring Entity shall

evaluate the situation and may extend the Supplier’s time for performance, in

which case the extension shall be ratified by the parties by amendment of

Contract.

18.3. Except as provided under GCC Clause 22, a delay by the Supplier in the

performance of its obligations shall render the Supplier liable to the imposition

of liquidated damages pursuant to GCC Clause 19, unless an extension of

time is agreed upon pursuant to GCC Clause 29 without the application of

liquidated damages.

19. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or

all of the Goods and/or to perform the Services within the period(s) specified in this

Contract inclusive of duly granted time extensions if any, the Procuring Entity shall,

without prejudice to its other remedies under this Contract and under the applicable

law, deduct from the Contract Price, as liquidated damages, the applicable rate of one

tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of

delay until actual delivery or performance. The maximum deduction shall be ten

percent (10%) of the amount of contract. Once the maximum is reached, the

Procuring Entity may rescind or terminate the Contract pursuant to GCC Clause 23,

without prejudice to other courses of action and remedies open to it.

20. Settlement of Disputes

20.1. If any dispute or difference of any kind whatsoever shall arise between the

Procuring Entity and the Supplier in connection with or arising out of this

Contract, the parties shall make every effort to resolve amicably such dispute

or difference by mutual consultation.

20.2. If after thirty (30) days, the parties have failed to resolve their dispute or

difference by such mutual consultation, then either the Procuring Entity or the

Supplier may give notice to the other party of its intention to commence

arbitration, as hereinafter provided, as to the matter in dispute, and no

arbitration in respect of this matter may be commenced unless such notice is

given.

20.3. Any dispute or difference in respect of which a notice of intention to

commence arbitration has been given in accordance with this Clause shall be

Page 56: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

56

settled by arbitration. Arbitration may be commenced prior to or after

delivery of the Goods under this Contract.

20.4. In the case of a dispute between the Procuring Entity and the Supplier, the

dispute shall be resolved in accordance with Republic Act 9285 (“R.A.

9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”

20.5. Notwithstanding any reference to arbitration herein, the parties shall continue

to perform their respective obligations under the Contract unless they

otherwise agree; and the Procuring Entity shall pay the Supplier any monies

due the Supplier.

21. Liability of the Supplier

21.1. The Supplier’s liability under this Contract shall be as provided by the laws of

the Republic of the Philippines, subject to additional provisions, if any, set

forth in the SCC.

21.2. Except in cases of criminal negligence or willful misconduct, and in the case

of infringement of patent rights, if applicable, the aggregate liability of the

Supplier to the Procuring Entity shall not exceed the total Contract Price,

provided that this limitation shall not apply to the cost of repairing or

replacing defective equipment.

22. Force Majeure

22.1. The Supplier shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that the

Supplier’s delay in performance or other failure to perform its obligations

under the Contract is the result of a force majeure.

22.2. For purposes of this Contract the terms “force majeure” and “fortuitous event”

may be used interchangeably. In this regard, a fortuitous event or force

majeure shall be interpreted to mean an event which the Supplier could not

have foreseen, or which though foreseen, was inevitable. It shall not include

ordinary unfavorable weather conditions; and any other cause the effects of

which could have been avoided with the exercise of reasonable diligence by

the Supplier. Such events may include, but not limited to, acts of the

Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods,

epidemics, quarantine restrictions, and freight embargoes.

22.3. If a force majeure situation arises, the Supplier shall promptly notify the

Procuring Entity in writing of such condition and the cause thereof. Unless

otherwise directed by the Procuring Entity in writing, the Supplier shall

continue to perform its obligations under the Contract as far as is reasonably

practical, and shall seek all reasonable alternative means for performance not

prevented by the force majeure.

23. Termination for Default

Page 57: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

57

23.1. The Procuring Entity shall terminate this Contract for default when any of the

following conditions attends its implementation:

(a) Outside of force majeure, the Supplier fails to deliver or perform any

or all of the Goods within the period(s) specified in the contract, or

within any extension thereof granted by the Procuring Entity pursuant

to a request made by the Supplier prior to the delay, and such failure

amounts to at least ten percent (10%) of the contact price;

(b) As a result of force majeure, the Supplier is unable to deliver or

perform any or all of the Goods, amounting to at least ten percent

(10%) of the contract price, for a period of not less than sixty (60)

calendar days after receipt of the notice from the Procuring Entity

stating that the circumstance of force majeure is deemed to have

ceased; or

(c) The Supplier fails to perform any other obligation under the Contract.

23.2. In the event the Procuring Entity terminates this Contract in whole or in part,

for any of the reasons provided under GCC Clauses 23 to 26, the Procuring

Entity may procure, upon such terms and in such manner as it deems

appropriate, Goods or Services similar to those undelivered, and the Supplier

shall be liable to the Procuring Entity for any excess costs for such similar

Goods or Services. However, the Supplier shall continue performance of this

Contract to the extent not terminated.

23.3. In case the delay in the delivery of the Goods and/or performance of the

Services exceeds a time duration equivalent to ten percent (10%) of the

specified contract time plus any time extension duly granted to the Supplier,

the Procuring Entity may terminate this Contract, forfeit the Supplier's

performance security and award the same to a qualified Supplier.

24. Termination for Insolvency

The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt

or insolvent as determined with finality by a court of competent jurisdiction. In this

event, termination will be without compensation to the Supplier, provided that such

termination will not prejudice or affect any right of action or remedy which has

accrued or will accrue thereafter to the Procuring Entity and/or the Supplier.

25. Termination for Convenience

25.1. The Procuring Entity may terminate this Contract, in whole or in part, at any

time for its convenience. The HoPE may terminate a contract for the

convenience of the Government if he has determined the existence of

conditions that make Project Implementation economically, financially or

technically impractical and/or unnecessary, such as, but not limited to,

fortuitous event(s) or changes in law and national government policies.

25.2. The Goods that have been delivered and/or performed or are ready for delivery

or performance within thirty (30) calendar days after the Supplier’s receipt of

Page 58: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

58

Notice to Terminate shall be accepted by the Procuring Entity at the contract

terms and prices. For Goods not yet performed and/or ready for delivery, the

Procuring Entity may elect:

(a) to have any portion delivered and/or performed and paid at the contract

terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for

partially completed and/or performed goods and for materials and parts

previously procured by the Supplier.

25.3. If the Supplier suffers loss in its initial performance of the terminated contract,

such as purchase of raw materials for goods specially manufactured for the

Procuring Entity which cannot be sold in open market, it shall be allowed to

recover partially from this Contract, on a quantum meruit basis. Before

recovery may be made, the fact of loss must be established under oath by the

Supplier to the satisfaction of the Procuring Entity before recovery may be

made.

26. Termination for Unlawful Acts

26.1. The Procuring Entity may terminate this Contract in case it is determined

prima facie that the Supplier has engaged, before or during the implementation

of this Contract, in unlawful deeds and behaviors relative to contract

acquisition and implementation. Unlawful acts include, but are not limited to,

the following:

(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause

3.1(a);

(b) Drawing up or using forged documents;

(c) Using adulterated materials, means or methods, or engaging in

production contrary to rules of science or the trade; and

(d) Any other act analogous to the foregoing.

27. Procedures for Termination of Contracts

27.1. The following provisions shall govern the procedures for termination of this

Contract:

(a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative,

the Implementing Unit shall, within a period of seven (7) calendar

days, verify the existence of such ground(s) and cause the execution of

a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Implementing Unit, the HoPE shall

terminate this Contract only by a written notice to the Supplier

conveying the termination of this Contract. The notice shall state:

Page 59: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

59

(i) that this Contract is being terminated for any of the ground(s)

afore-mentioned, and a statement of the acts that constitute the

ground(s) constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Supplier to show cause as to why this

Contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

(c) The Notice to Terminate shall be accompanied by a copy of the

Verified Report;

(d) Within a period of seven (7) calendar days from receipt of the Notice

of Termination, the Supplier shall submit to the HoPE a verified

position paper stating why this Contract should not be terminated. If

the Supplier fails to show cause after the lapse of the seven (7) day

period, either by inaction or by default, the HoPE shall issue an order

terminating this Contract;

(e) The Procuring Entity may, at any time before receipt of the Supplier’s

verified position paper described in item (d) above withdraw the

Notice to Terminate if it is determined that certain items or works

subject of the notice had been completed, delivered, or performed

before the Supplier’s receipt of the notice;

(f) Within a non-extendible period of ten (10) calendar days from receipt

of the verified position paper, the HoPE shall decide whether or not to

terminate this Contract. It shall serve a written notice to the Supplier

of its decision and, unless otherwise provided, this Contract is deemed

terminated from receipt of the Supplier of the notice of decision. The

termination shall only be based on the ground(s) stated in the Notice to

Terminate;

(g) The HoPE may create a Contract Termination Review Committee

(CTRC) to assist him in the discharge of this function. All decisions

recommended by the CTRC shall be subject to the approval of the

HoPE; and

(h) The Supplier must serve a written notice to the Procuring Entity of its

intention to terminate the contract at least thirty (30) calendar days

before its intended termination. The Contract is deemed terminated if it

is not resumed in thirty (30) calendar days after the receipt of such

notice by the Procuring Entity.

(i)

28. Assignment of Rights

Page 60: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

60

The Supplier shall not assign his rights or obligations under this Contract, in whole or

in part, except with the Procuring Entity’s prior written consent.

29. Contract Amendment

Subject to applicable laws, no variation in or modification of the terms of this

Contract shall be made except by written amendment signed by the parties.

30. Application

These General Conditions shall apply to the extent that they are not superseded by

provisions of other parts of this Contract.

Page 61: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

61

Section V. Special Conditions of Contract

Page 62: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

62

Special Conditions of Contract

GCC Clause

1.1(g) The Procuring Entity is the PHILIPPINE CENTER FOR

POSTHARVEST DEVELOPMENT AND MECHANIZATION.

1.1(i) The Supplier is [to be inserted at the time of contract award].

1.1(j) The Funding Source is

The Government of the Philippines (GOP) through the CY2019 Rice

Competitiveness Enhancement Fund (RCEF) in the amount of

PhP 712,000,000.00

1.1(k) The Project Site is various Regions all over the Philippines.

2.1 No further instructions.

5.1 The Procuring Entity’s address for Notices is:

The Philippine Center for Postharvest Development and

Mechanization (PHilMech) Maharlika Road, CLSU Compound,

Science City of Muñoz, Nueva Ecija 3120

Contact Person: Ms. Richelle Ann L. Morota

Chairperson, BAC Secretariat

Tel. No. (044) 456-0287 loc. 272

The Supplier’s address for Notices is:

______________________________________________

6.2 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,”

“DDP” and other trade terms used to describe the obligations of the

parties shall have the meanings assigned to them by the current

edition of INCOTERMS published by the International Chamber of

Commerce, Paris. The Delivery terms of this Contract shall be as

follows:

The delivery terms applicable to the Contract are DDP delivered on-

site in accordance with INCOTERMS.”

Delivery of the Goods shall be made by the Supplier in accordance

with the terms specified in Section VI. Schedule of Requirements.

The details of shipping and/or other documents to be furnished by the

Supplier are as follows:

Upon delivery of the Goods to the Project Site, the Supplier shall

Page 63: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

63

notify the Procuring Entity and present the following documents to

the Procuring Entity:

(i) Original and four copies of the Supplier’s invoice showing

Goods’ description, quantity, unit price, and total amount;

(ii) Original and four copies delivery receipt/note, freight/bill of

lading;

(iii) Original Supplier’s factory inspection report;

(iv) Original and four copies of the Manufacturer’s and/or

Supplier’s warranty certificate;

(v) Original and four copies of the certificate of origin (for

imported Goods);

(vi) Delivery receipt detailing number and description of items

received signed by the authorized receiving personnel;

(vii) Certificate of Acceptance/Inspection Report signed by the

Procuring Entity’s representative at the Project Site; and

For purposes of this Clause the Procuring Entity’s Representative at

the Project Site is [insert name(s)].

Incidental Services –

The Supplier is required to provide all of the following services,

including additional services, if any, specified in Section VI. Schedule

of Requirements:

(a) performance or supervision of on-site assembly and/or start-up

of the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance

of the supplied Goods;

(c) furnishing of a detailed operations and maintenance manual

for each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repair of

the supplied Goods, for a period of time agreed by the parties,

provided that this service shall not relieve the Supplier of any

warranty obligations under this Contract; and

(e) training of the Procuring Entity’s personnel, at the Supplier’s

plant and/or on-site, in assembly, start-up, operation,

maintenance, and/or repair of the supplied Goods.

The Contract price for the Goods shall include the prices charged by

the Supplier for incidental services and shall not exceed the prevailing

rates charged to other parties by the Supplier for similar services.

Spare Parts –

Page 64: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

64

The Supplier is required to provide all of the following materials,

notifications, and information pertaining to spare parts manufactured

or distributed by the Supplier:

(a) such spare parts as the Procuring Entity may elect to purchase

from the Supplier, provided that this election shall not relieve

the Supplier of any warranty obligations under this Contract;

and

(b) in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the

pending termination, in sufficient time to permit the

Procuring Entity to procure needed requirements; and

ii. following such termination, furnishing at no cost to the

Procuring Entity, the blueprints, drawings, and

specifications of the spare parts, if requested.

The spare parts required are listed in Section VI. Schedule of

Requirements and the cost thereof are included in the Contract Price

The Supplier shall carry sufficient inventories to assure ex-stock

supply of consumable spares for the Goods for a period of at least 5

years.

Other spare parts and components shall be supplied as promptly as

possible, but in any case within one (1) month of placing the order, if

applicable.

Packaging –

The Supplier shall provide such packaging of the Goods as is required

to prevent their damage or deterioration during transit to their final

destination, as indicated in this Contract. The packaging shall be

sufficient to withstand, without limitation, rough handling during

transit and exposure to extreme temperatures, salt and precipitation

during transit, and open storage. Packaging case size and weights

shall take into consideration, where appropriate, the remoteness of the

GOODS’ final destination and the absence of heavy handling

facilities at all points in transit.

The packaging, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall

be expressly provided for in the Contract, including additional

requirements, if any, specified below, and in any subsequent

instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least four (4) sides

as follows:

Page 65: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

65

Name of the Procuring Entity

Name of the Supplier

Contract Description

Final Destination

Gross weight

Any special lifting instructions

Any special handling instructions

Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package

is to be placed on an accessible point of the outer packaging if

practical. If not practical the packaging list is to be placed inside the

outer packaging but outside the secondary packaging.

Insurance –

The Goods supplied under this Contract shall be fully insured by the

Supplier in a freely convertible currency against loss or damage

incidental to manufacture or acquisition, transportation, storage, and

delivery. The Goods remain at the risk and title of the Supplier until

their final acceptance by the Procuring Entity.

Transportation –

Where the Supplier is required under Contract to deliver the Goods

CIF, CIP or DDP, transport of the Goods to the port of destination or

such other named place of destination in the Philippines, as shall be

specified in this Contract, shall be arranged and paid for by the

Supplier, and the cost thereof shall be included in the Contract Price.

Where the Supplier is required under this Contract to transport the

Goods to a specified place of destination within the Philippines,

defined as the Project Site, transport to such place of destination in the

Philippines, including insurance and storage, as shall be specified in

this Contract, shall be arranged by the Supplier, and related costs shall

be included in the Contract Price.

Where the Supplier is required under Contract to deliver the Goods

CIF, CIP or DDP, Goods are to be transported on carriers of

Philippine registry. In the event that no carrier of Philippine registry is

available, Goods may be shipped by a carrier which is not of

Philippine registry provided that the Supplier obtains and presents to

the Procuring Entity certification to this effect from the nearest

Philippine consulate to the port of dispatch. In the event that carriers

of Philippine registry are available but their schedule delays the

Supplier in its performance of this Contract the period from when the

Goods were first ready for shipment and the actual date of shipment

Page 66: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

66

the period of delay will be considered force majeure in accordance

with GCC Clause 22.

The Procuring Entity accepts no liability for the damage of Goods

during transit other than those prescribed by INCOTERMS for DDP

Deliveries. In the case of Goods supplied from within the Philippines

or supplied by domestic Suppliers risk and title will not be deemed to

have passed to the Procuring Entity until their receipt and final

acceptance at the final destination.

Patent Rights –

The Supplier shall indemnify the Procuring Entity against all

third-party claims of infringement of patent, trademark, or industrial

design rights arising from use of the Goods or any part thereof

10.4 Not applicable

10.5 Payment through or by way of Letters of Credit is not allowed.

11.3 The terms of payment shall be as follows:

a) Twenty Five Percent (25%) of the Contract Price: upon

Twenty Five Percent (25%) completion of the project and

submission documents (i) through (vii) of the documents as

specified in SCC Provision No. 6.2.

b) Twenty Five percent (25%) of the Contract Price: : upon Fifty

Percent (50%) completion of the project and submission

documents (i) through (vii) of the documents as specified in

SCC Provision No. 6.2.

c) Twenty Five percent (25%) of the Contract Price: : upon

Seventy Five Percent (75%) completion of the project and

submission documents (i) through (vii) of the documents as

specified in SCC Provision No. 6.2.

d) Twenty Five percent (25%) of the Contract Price: : upon One

Hundred Percent (100%) completion of the project and

submission documents (i) through (vii) of the documents as

specified in SCC Provision No. 6.2.

All payments under this contract shall be done through the direct

payment scheme via the bank debit system subject to the prior

submission of sales/charge invoice, bank service/transaction fee, if

any, and such other requirements as maybe necessary for the purpose.

13.4(c) No further instructions.

16.1 All goods delivered under this contract shall be subject to the following test:

1. Operational test upon delivery on-site

Page 67: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

67

2. Performance testing through random sampling 3. Technical inspection to determine their order and

condition, quantity, compliance with the technical specifications and all other contract requirements.

Prior notice of the schedule of such tests or inspections, written or verbal, will be given to the authorized representative of the Supplier. The inspection will push through as scheduled even in the absence of the Supplier’s representative, if the latter was duly notified, in which case, the results of the inspection conducted by the procuring Entity shall be final and binding upon the Supplier.

17.3 The minimum warranty period shall one (1) year after acceptance by

the PHilMech of the delivered Goods.

The obligation for the warranty shall be covered in an amount

equivalent to 2.5% of the total contract price.

17.4 The period for correction of defects in the warranty period is within

fourteen (14) calendar days from receipt of the notice from the

Procuring Entity or recipient.

21.1 If the Supplier is a joint venture, “All partners to the joint venture

shall be jointly and severally liable to the Procuring Entity.”

Page 68: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

68

Section VI. Schedule of Requirements

RE: Supply, Delivery and Testing of Rice Combine Harvesters

(PhilMech-RCEF-19-10-07)

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which

is the date of delivery to the project site.

Item Number

(LOT No.)

Project Title Delivered,

Weeks/Months

1 Supply, Delivery and Testing of 41 Units Rice Combine

Harvesters for Region I 90 CD

2 Supply, Delivery and Testing of 44 Units Rice Combine

Harvesters for Region II 90 CD

3 Supply, Delivery and Testing of 34 Units Rice Combine

Harvesters for Region III 90 CD

4 Supply, Delivery and Testing of 38 Units Rice Combine

Harvesters for Region IVA and IVB 90 CD

5 Supply, Delivery and Testing of 29 Units Rice Combine

Harvesters for Region V 90 CD

6 Supply, Delivery and Testing of 37 Units Rice Combine

Harvesters for Region VI 90 CD

7 Supply, Delivery and Testing of 14 Units Rice Combine

Harvesters for Region VII 90 CD

8 Supply, Delivery and Testing of 32 Units Rice Combine

Harvesters for Region VIII 90 CD

9 Supply, Delivery and Testing of 16 Units Rice Combine

Harvestersfor Region IX 90 CD

10 Supply, Delivery and Testing of 17 Units Rice Combine

Harvesters for Region X 90 CD

11 Supply, Delivery and Testing of 13 Units Rice Combine

Harvesters for Region XI 90 CD

12 Supply, Delivery and Testing of 17 Units Rice Combine

Harvesters for Region XII 90 CD

13 Supply, Delivery and Testing of 7 Units Rice Combine

Harvesters for Region CAR 90 CD

14 Supply, Delivery and Testing of 17 Units Rice Combine

Harvesters for Region CARAGA 90 CD

_________________________________ ________________________________

Signature over Printed Name of Bidder Position/Designation

______________________________________ ________________________________

(Name, Address & Tel. No. of Company) Date

Page 69: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

69

Section VII. Technical Specifications

Page 70: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

70

Technical Specifications RE: Supply, Delivery and Testing of Rice Combine Harvesters

(PhilMech-RCEF-19-10-07)

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

SPECIFICATION

Statement of Compliance* Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3.1(a)(ii) and/or GCC Clause 2.1(a)(ii).

BROCHURE PAGE NO.

Rice Combine

Technical Specifications: - Minimum 65-85 hp, 4 cylinder

Diesel Engine, Water Cooled

- Noise Emitted: 95 dB max. - AMTEC Tested - Transmission System - Hydrostatic Range (3F)

Drive system

- Rubber Crawler Track

- Width: 500 mm (minimum)

Cutting system

- With Pickup reel and decloger

- Height adjustments: Hydraulic

- Effective operating width: 1600 mm minimum Output System Options

- Sack or bag type

Page 71: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

71

- Field Efficiency: 75% minimum

Output

- Total Machine Loss: 5% maximum

- Purity: 97% minimum

- Mechanically damaged grains: 2.0% maximum

Trailer

- With brand new heavy-duty trailer for transport of the machine

- With Brand new pneumatic tire, at least 12 ply rating or its equivalent

- With reflectorized Early Warning Device (EWD)

- With 1 set of manufacturer’s standard tools and accessories required for maintenance:

o Tire wrench

o Hydraulic jack 5T

o Pressure gauge

o Grease gun 18"

o Socket Wrench (1 set)

o Star screw 12"

o Flat Screw 12"

o Open wrench (1 Set)

o Mechanical pliers

o Pipe Wrench

o Tool Holder

- With Engine Driven Power Sprayer

- With reflectorized Slow Moving Vehicle Emblem

- With Original Equipment Manufacturer Manual (OEM) written in English

o Parts

o Service

o Users and Operators

Provision of after sales services:

- 1 year warranty for services and parts except consumables upon acceptance

- With reflectorized RCEF logo sticker (8” x 8” per logo)

- With Company owned or accredited dealers/ authorized after sales service center located in the region

- With valid Certificate of Dealership/Distributorship/Authority to Sell, and Commitment to

Page 72: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

72

Supply directly or indirectly issued by the manufacturer to the bidder;

- Brand must have sustained presence in the Philippine market for the period of at least 15 years

- The supplier must conduct training on the proper handling, operation and maintenance of the unit for at least 2 operators per technology

- With Manufacturer/Supplier-Authorized or Affiliated Active Service Center in the Region

The Service Center/s must have, at the minimum, the following:

- Valid Mayor’s permit;

- Income tax return from the preceding year;

- At least two technicians/personnel with either NC II Certificate in Agri-machinery Repair and Maintenance or Manufacturer’s/ Distributor’s/ Dealer’s Certificate of Training; and

- Verifiable record of availability of spare parts of the brand or model being offered in the specified in the service center/s.

I hereby certify that the Statement of Compliance to the Foregoing Technical Specifications are true and correct, otherwise,

if found false either during the bid evaluation or post-qualification, the same shall give rise to automatic disqualification of

our bid.

_________________________________

Signature over Printed Name of

Bidder

Signed and Sealed by: _______________________________ __________________________________

Agricultural Engineer or Position / Designation

Agricultural and Biosystem Engineer

__________________________________

(Name, Address & Tel. No. of Company)

Page 73: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

73

Section VIII. Bidding Forms

Page 74: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

74

TABLE OF CONTENTS

BID FORM ........................................................................................................... 75

CONTRACT AGREEMENT FORM ...................................................................... 105

OMNIBUS SWORN STATEMENT ........................................................................ 107

BANK GUARANTEE FORM FOR ADVANCE PAYMENT ..................................... 110

BID SECURING DECLARATION FORM ……………………………...……………..111

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS

(INCLUSING AWARDED BUT NOT YET STARTED)……………………………….113

STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT OF SIMILAR

NATURE………………………………………………………………………..……….....114

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY

(NFCC)…………………………………………………………………….…………….…116

SAMPLE FORM COMMITTED CREDIT LINE CERTIFICATE…………………...118

CHECKLIST OF REQUIREMENTS…………………………………………………....119

PREPARATION OF BID ENVELOP…………………………………………………....122

ANNEX A. DETAILED DELIVERY SITES…………………………………………….123

Page 75: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

75

Bid Form (LOT 1)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 41 Units Rice Combine Harvesters for Region I (PHilMech

RCEF 19-10-07-01) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:1

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

1 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 76: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

76

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 77: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

77

Bid Form (LOT 2)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 44 Units Rice Combine Harvesters for Region II (PHilMech

RCEF 19-10-07-02) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:2

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

2 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 78: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

78

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 79: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

79

Bid Form (LOT 3)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 34 Units Rice Combine Harvesters for Region III (PHilMech

RCEF 19-10-07-03) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:3

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

3 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 80: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

80

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 81: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

81

Bid Form (LOT 4)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 38 Units Rice Combine Harvesters for Region IVA (PHilMech

RCEF 19-10-07-04) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:4

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

4 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 82: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

82

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 83: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

83

Bid Form (LOT 5)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V (PHilMech

RCEF 19-10-07-05) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:5

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

5 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 84: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

84

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 85: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

85

Bid Form (LOT 6)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 37 Units Rice Combine Harvesters for Region VI (PHilMech

RCEF 19-10-07-06) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:6

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

6 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 86: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

86

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 87: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

87

Bid Form (LOT 7)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 14 Units Rice Combine Harvesters for Region VII (PHilMech

RCEF 19-10-07-07) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:7

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

7 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 88: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

88

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 89: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

89

Bid Form (LOT 8)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 32 Units Rice Combine Harvesters for Region VIII (PHilMech

RCEF 19-10-07-08) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery

schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:8

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

8 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 90: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

90

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 91: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

91

Bid Form (LOT 9)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 16 Units Rice Combine Harvesters for Region IX (PHilMech

RCEF 19-10-07-09) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:9

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

9 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 92: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

92

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 93: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

93

Bid Form (LOT 10)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 17 Units Rice Combine Harvesters for Region X (PHilMech

RCEF 19-10-07-10) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:10

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

10 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 94: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

94

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 95: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

95

Bid Form (LOT 11)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 13 Units Rice Combine Harvesters for Region XI (PHilMech

RCEF 19-10-07-11) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:11

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

11 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 96: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

96

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________.

Page 97: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

97

Bid Form (LOT 12)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 17 Units Rice Combine Harvesters for Region XII (PHilMech

RCEF 19-10-07-12) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:12

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

12 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 98: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

98

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 99: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

99

Bid Form (LOT 13)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery and Testing of 7 Units Rice Combine Harvesters for Region CAR (PHilMech

RCEF 19-10-07-13) in conformity with the said Bidding Documents for the below specified

sum/s or of [Total Bid Amount in Words and figures] or such other sums as may be

ascertained in accordance with the Schedule of Prices attached herewith and made part of this

Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:13

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

13 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 100: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

100

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 101: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

101

Bid Form (LOT 14)

Date:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert

numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to Supply, Delivery and Testing of 17 Units Rice Combine Harvesters for Region CARAGA (PHilMech RCEF 19-10-07-14) in conformity with the said Bidding Documents for the

below specified sum/s or of [Total Bid Amount in Words and figures] or such other sums as

may be ascertained in accordance with the Schedule of Prices attached herewith and made

part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form,

amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision

for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,

and to contract execution if we are awarded the contract, are listed below:14

Name and address

of agent

Amount and

Currency

Purpose of

Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid

you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause

5 of the Bidding Documents.

14 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 102: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

102

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as

the owner and sole proprietor or authorized representative of Name of Bidder, has the full

power and authority to participate, submit the bid, and to sign and execute the ensuing

contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity]

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power

and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute

the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring

Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including

the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ___________________________

Page 103: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

103

For Goods Offered From Abroad

Name of Bidder .

Project Title ________________________.

Contract Reference No. ______________________.

1 2 3 4 5 6 7 8 9

Item Descriptio

n

Country

of origin

Quantity Unit price CIF port of

entry (specify port) or

CIP named place

(specify border point or

place of destination)

Total CIF or

CIP price per

item

(col. 4 x 5)

Unit Price

Delivered Duty

Unpaid (DDU)

Unit price

Delivered Duty

Paid (DDP)

Total Price

delivered DDP

(col 4 x 8)

Lot 1

Lot 2

Lot 3

Lot 4

Lot 5

Lot 6

Lot 7

Lot 8

Lot 9

Lot 10

Lot 11

Lot 12

Lot 13

Lot 14

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

Page 104: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

104

For Goods Offered From Within the Philippines

Name of Bidder .

Project Title ________________________.

Contract Reference No. ______________________.

1 2 3 4 5 6 7 8 9 10

Item Description Country of

origin

Quantity Unit price EXW

per item

Transportation

and Insurance

and all other

costs

incidental to

delivery, per

item

Sales and

other taxes

payable if

Contract is

awarded, per

item

Cost of

Incidental

Services, if

applicable, per

item

Total Price,

per unit

(col 5+6+7+8)

Total Price

delivered Final

Destination

(col 9) x (col 4)

Lot 1

Lot 2

Lot 3

Lot 4

Lot 5

Lot 6

Lot 7

Lot 8

Lot 9

Lot 10

Lot 11

Lot 12

Lot 13

Lot 14

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

Page 105: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

105

Contract Agreement Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and

[name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the

other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz.,

[brief description of goods and services] and has accepted a Bid by the Supplier for the

supply of those goods and services in the sum of [contract price in words and figures]

(hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Supplier’s Bid, including the Technical and Financial Proposals, and all

other documents/statements submitted (e.g. bidder’s response to clarifications

on the bid), including corrections to the bid resulting from the Procuring

Entity’s bid evaluation;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract;

(f) the Performance Security; and

(g) the Entity’s Notice of Award.

3. In consideration of the payments to be made by the Entity to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods

and services and to remedy defects therein in conformity in all respects with the provisions of

the Contract

4. The Entity hereby covenants to pay the Supplier in consideration of the provision of

the goods and services and the remedying of defects therein, the Contract Price or such other

sum as may become payable under the provisions of the contract at the time and in the

manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed

in accordance with the laws of the Republic of the Philippines on the day and year first above

written.

Page 106: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvester

“Read and accepted as part of the contract” _______________________________________

BIDDER’S SIGNATURE

106

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Supplier).

Page 107: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

107

SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS

[PhilMech RCEF-19-10-07]

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address

of Affiant], after having been duly sworn in accordance with law, do hereby depose and state

that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of

[Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized

and designated representative of [Name of Bidder] with office address at [address of

Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor, or authorized

representative of [Name of Bidder], I have full power and authority to do, execute and

perform any and all acts necessary to participate, submit the bid, and to sign and

execute the ensuing contract for [Name of the Project] of the [Name of the Procuring

Entity], as shown in the attached duly notarized Special Power of Attorney;

If a partnership, corporation, cooperative, or joint venture: I am granted full power

and authority to do, execute and perform any and all acts necessary to participate,

submit the bid, and to sign and execute the ensuing contract for [Name of the Project]

of the [Name of the Procuring Entity], as shown in the attached [state title of attached

document showing proof of authorization (e.g., duly notarized Secretary’s Certificate,

Board/Partnership Resolution, or Special Power of Attorney, whichever is

applicable;)];

Page 108: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

108

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of

the Philippines or any of its agencies, offices, corporations, or Local Government

Units, foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the Government Procurement Policy

Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided

therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly

authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the

Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical

Working Group, and the BAC Secretariat, the head of the Project Management Office

or the end-user unit, and the project consultants by consanguinity or affinity up to the

third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of

Bidder] is related to the Head of the Procuring Entity, members of the Bids and

Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,

the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,

members of the Bids and Awards Committee (BAC), the Technical Working Group,

and the BAC Secretariat, the head of the Project Management Office or the end-user

unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a

Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of

the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid,

if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the

Project].

Page 109: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

109

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,

fee, or any form of consideration, pecuniary or otherwise, to any person or official,

personnel or representative of the government in relation to any procurement project

or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at

____________, Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place

of execution], Philippines. Affiant/s is/are personally known to me and was/were identified

by me through competent evidence of identity as defined in the 2004 Rules on Notarial

Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government

identification card used], with his/her photograph and signature appearing thereon, with no.

________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission _______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued]

IBP No. ______ [date issued], [place issued]

Doc. No. _____

Page No. _____

Book No. _____

Series of _____

* This form will not apply for WB funded projects.

Page 110: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

110

Bank Guarantee Form for Advance Payment

To: [name and address of PROCURING ENTITY]

[name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,

which amends Clause 10 of the General Conditions of Contract to provide for advance

payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit

with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful

performance under the said Clause of the Contract in the amount of [amount of guarantee in

figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally

and irrevocably to guarantee as primary obligator and not as surety merely, the payment to

the PROCURING ENTITY on its first demand without whatsoever right of objection on our

part and without its first claim to the Supplier, in the amount not exceeding [amount of

guarantee in figures and words].

We further agree that no change or addition to or other modification of the terms of the

Contract to be performed thereunder or of any of the Contract documents which may be made

between the PROCURING ENTITY and the Supplier, shall in any way release us from any

liability under this guarantee, and we hereby waive notice of any such change, addition, or

modification.

This guarantee shall remain valid and in full effect from the date of the advance payment

received by the Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 111: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

111

BID SECURING DECLARATION FORM

REPUBLIC OF THE PHILIPPINES)

CITY OF _______________________) S.S.

x------------------------------------------------------x

BID SECURING DECLARATION

SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS

[PhilMech RCEF-19-10-07]

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

To: [Insert name and address of the Procuring Entity]

I/We15, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by

a Bid Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for

any contract with any procuring entity for a period of two (2) years upon

receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine

provided under Section 6 of the Guidelines on the Use of Bid Securing

Declaration, within fifteen (15) days from receipt of the written demand by the

procuring entity for the commission of acts resulting to the enforcement of the

bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except

69.1(f), of the IRR of RA 9184; without prejudice to other legal action the

government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on

the following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof

pursuant to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of

your notice to such effect, and (i) I/we failed to timely file a request for

reconsideration or (ii) I/we filed a waiver to avail of said right;

15 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.

Page 112: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

112

(c) I am/we are declared the bidder with the Lowest Calculated

Responsive Bid, and I/we have furnished the performance security and

signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of

[month] [year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED

REPRESENTATIVE]

[Insert Signatory’s Legal Capacity]

Affiant

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place

of execution], Philippines. Affiant/s is/are personally known to me and was/were identified

by me through competent evidence of identity as defined in the 2004 Rules on Notarial

Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government

identification card used], with his/her photograph and signature appearing thereon, with no.

________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission _______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued]

IBP No. ______ [date issued], [place issued]

Doc. No. _____

Page No. _____

Book No. _____

Series of _____

Page 113: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

113

SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS

[PhilMech RCEF-19-10-07]

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

Statement of All Ongoing Government and Private Contracts, including contracts

awarded but not yet started, if any

Name

of

Client

Name of

the

Contract

Date and

status of

the

Contract

Kinds of

Goods

Amount of

Contract

Value of

Outstanding

Contracts

Date of

Delivery

Purchase

Order

Number/s

or Date of

Contract/s

CERTIFIED CORRECT:

_________________________________________________

Name & Signature of Authorized Representative

________________________

Position

________________

Date

Page 114: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

114

SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS

[PhilMech RCEF-19-10-07]

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

Statement of Single Largest Completed Contract of Similar Nature within the Last Ten

(10) Years from date of Submission and Receipt of Bids

Name of

Client

Name of

the

Contract

Date of

the

Contract

Kinds of

Goods

Amount of

Contract

Date of

Delivery

Official Receipt No.

& Date, End User’s

Acceptance Date OR

Collection Receipt

CERTIFIED CORRECT:

_________________________________________________

Name & Signature of Authorized Representative

________________________

Position

_______________________

Date

Page 115: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

115

SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS

[PhilMech RCEF-19-10-07]

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

Statement Of The Aggregate Similar Contracts Completed Within The Last Five (5) Years

For Lots (1, 2, 3, 5, 6 and 8)

Name of

Client

Name of

the

Contract

Date of

the

Contract

Kinds of

Goods

Amount of

Contract

Date of

Delivery

Official Receipt No.

& Date, End User’s

Acceptance Date OR

Collection Receipt

CERTIFIED CORRECT:

_________________________________________________

Name & Signature of Authorized Representative

________________________

Position

________________

Date

Page 116: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

116

SUPPLY, DELIVERY AND TESTING OF RICE COMBINE HARVESTERS

[PhilMech RCEF-19-10-07]

Lot no/s. being bid:

__________________________________

Name and Signature of Authorized Representative:

___________________________________________

Total ABC (₱) of all the Lots being

Bid:

PhP_________________________________

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY

(Please show figures at how you arrived at the NFCC)

This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Peso

__________________________________________________________________________

(₱ _______________) which is at least equal to the ceiling price we are bidding. The amount

is computed as follows:

CA = Current Assets ₱

Less: -

CL = Current Liabilities

Sub Total 1 ₱

X 15

Sub Total 2 ₱

Less: -

C =

value of all outstanding or uncompleted portions of the projects under on-going contracts, including awarded contracts yet to be started coinciding with the contract for this Project

NFCC ₱

Issued this _____ day of ____________________, 2019.

___________________________________________

Name & Signature of Authorized Representative

________________________

Position

________________

Date

Page 117: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

117

Notes:

1. The values of the bidder’s current assets and current liabilities shall be based on the latest Audited Financial

Statements submitted to the BIR.

2. The value of the outstanding or uncompleted contracts refers to those listed in the Statement of All Ongoing

Government and Private Contracts, Including contracts awarded but not yet started.

3. The detailed computation must be shown using the required formula provided above.

4. The NFCC must be at least be equal to ABC of the Project

Page 118: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

118

Sample Form

(Name of Bank)

COMMITTED LINE OF CREDIT

Date:_______________

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION

CLSU Compound, Science City of Muñoz

Nueva Ecija

CONTRACT/PROJECT : ____________________________________________

LOT NO. :____________________________________________

COMPANY/FIRM : ____________________________________________

ADDRESS : ____________________________________________

BANK/FINANCING INSTITUTION : ____________________________________________

ADDRESS : ____________________________________________

AMOUNT : ____________________________________________

This is to certify that the above Bank/Financing Institution with business address indicated above, has

granted the (Supplier/Distributor/Manufacturer/Contractor), a credit line in the amount specified above which

shall be used to finance the performance of the above-mentioned contract.

The credit shall be available from _(date of bid submission)_ and such line of credit shall be

maintained until issuance of Certificate of Acceptance of the goods/services subject of the Contract/project by

PHilMech Representatives.

This Certification is being issued in favor of said (Supplier/ Distributor /Manufacturer/ Contractor) in

connection with the bidding requirement of the Philippine Center for Postharvest Development and

Mechanization (PhilMech) for the above-mentioned Contract/Project. We are aware that any false statement

issued by us will make us liable for perjury.

This committed line of credit cannot be terminated or cancelled without the prior written approval of

Philippine Center for Postharvest Development and Mechanization (PhilMech).

___________________________________________________

Name and Signature of Authorized Financing Institution Office

_________________

Official Designation

Concurred by:

_______________________________________________________________________

Name & Signature of (Supplier/Distributor/Manufacture/Contractor) Authorized Representative

_________________

Official Designation

SUBSCRIBED AND SWORN TO BEFORE ME this _______ day of _____________ at ________________,

Philippines. Affiant exhibited to me his/her competent Evidence of Identity (as defined by the 2004 Rules on

Notarial Practice __________ issued ___________ at ______________________, Philippines.

NOTARY PUBLIC

Doc. No. : __________

Page No. : __________

Book No. : __________

Series of : __________

Page 119: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

119

CHECKLIST OF REQUIREMENTS

The Eligibility & Technical Components shall contain the following: Kindly put tab marking on

each of the requirements and arrange the documents in proper order.

ELIGIBILITY & TECHNICAL COMPONENT

Please prepare in three (3) copies (one original & two duplicate copies)

(a) Eligibility Documents –

Class “A” Documents:

(i) Authority of the Signing Official which must be in the form of a duly

notarized Special Power of Attorney (SPA) in the case of Sole

Proprietorships or the Secretary’s Certificate in the case of

Corporations and Cooperatives, with specimen signature of the

bidder’s authorized representative

(ii) PhilGEPS Certificate of Registration and Membership in accordance

with Section 8.5.2 of the IRR, except for foreign bidders participating

in the procurement by a Philippine Foreign Service Office or Post,

which shall submit their eligibility documents under Section 23.1 of

the IRR, provided, that the winning bidder shall register with the

PhilGEPS in accordance with section 37.1.4 of the IRR.

(iii) Statement of all its ongoing government and private contracts,

including contracts awarded but not yet started, if any, whether

similar or not similar in nature and complexity to the contract to be

bid; and

Statement of the Bidder’s SLCC similar to the contract to be bid, in

accordance with ITB Clause 5.4, within the relevant period as

provided in the BDS.

The two statements required shall indicate for each contract the

following:

(iii.1) name of the contract;

(iii.2) date of the contract;

(iii.3) contract duration;

(iii.4) owner’s name and address;

(iii.5) kinds of Goods;

(iii.6) For Statement of On-going Contracts - amount of contract

and value of outstanding contracts;

(iii.7) For Statement of SLCC - amount of completed contracts,

adjusted by the Bidder to current prices using PSA’s

consumer price index, if necessary for the purpose of

meeting the SLCC requirement;

(iii.8) date of delivery; and

(iii.9) end user’s acceptance or official receipt(s) or sales invoice

issued for the contract, if completed, which shall be attached

to the statements.

Page 120: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

120

(iv) NFCC computation (page 116-117) in accordance with ITB Clause

5.5 or a committed Line of Credit from a universal or commercial

bank.

Class “B” Document:

(v) If applicable, the Joint Venture Agreement (JVA) in case the joint

venture is already in existence, or duly notarized statements from all

the potential joint venture partners in accordance with Section

23.1(b) of the IRR.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18 which shall include the Bid Securing

Declaration (page 115-116) or any other form, the amount of which shall be equal in

a percentage of the ABC

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

(a) Cash or cashier’s/manager’s check

issued by a Universal or Commercial

Bank.

Two percent (2%)

(b) Bank draft/guarantee or irrevocable

letter of credit issued by a Universal

or Commercial Bank: Provided,

however, that it shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by a

foreign bank.

(c) Surety bond callable upon demand

issued by a surety or insurance

company duly certified by the

Insurance Commission as authorized

to issue such security.

Five percent (5%)

(d) Any combination items (a) to (c)

above.

Proportionate to share of form with

respect to total amount of security

(e) Bid Securing Declaration No percentage required

(ii) Conformity with technical specifications, (page 70-72) as enumerated and specified

in Sections VI and VII of the Bidding Documents; and

(iii) Schedule of Requirements (page 68)

(iv) Sworn statement (page 107-109) in accordance with Section 25.2(a)(iv) of the IRR of

RA 9184 and using the form prescribed in Section VIII. Bidding Forms

(v) Certificate of Dealership/Distributorship/Authority to Sell, and Commitment

to Supply directly or indirectly issued by the manufacturer of to the bidder

(vi) Notarized Certificate of stock availability or stock allocation of from the

national distributor or manufacturer specifying the name of the project.

(vii) Manufacturer’s or bidder’s certification that the proposed brand has been or is

being continuously sold in the Philippine market for the last fifteen (15) years,

accompanied or duly supported by proof of sales, verifiable through phone

call, ocular inspection or both, which must include:

(a) Proof of sales of the brand of Agricultural Machinery in the year 2004 or

earlier; and

Page 121: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

121

(b) Proof of sales of the brand of Agricultural Machinery for every five (5)

years after 2004.

(viii) Statement or List of Manufacturer/Supplier-Authorized or Affiliated Active

Service Centers in the area or Region of the contract lot being bid on,

indicating the company/business name and address, and the name and

telephone number of the contact person.

(ix) Original copy of the Original Equipment Manufacturer (OEM) Manual

written in English.

CHECKLIST OF REQUIREMENTS FOR THE FINANCIAL COMPONENT

Please prepare in three (3) copies (one original & two duplicate copies)

The Financial Proposal shall contain the following:

(a) The Financial Bid Forms for each lot;

(b) The applicable Price Schedules corresponding to the financial Bid Form (page 75-

102) For Goods Offered from abroad or For Goods Offered within the Philippines

(page 103-104) in accordance with ITB Clauses 15.1 and 15.4; and

(c) If the Bidder claims preference as a Domestic Bidder, a certification from the DTI

issued in accordance with ITB Clause 27, unless otherwise provided in the BDS;

Note: In case of inconsistency between the Checklist of Requirements for Bidders and the

provisions in the Instruction to Bidders/Bid Data Sheet, the Instruction to Bidders/Bid Data

Sheet shall prevail.

Page 122: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

122

PREPARATION OF BID ENVELOPE

All envelopes shall be marked in accordance with Section 20.4 of the Instruction to

Bidders (ITB) of this Bidding Documents, which shall contain the following:

contain the name of the contract to be bid in capital letters;

bear the name and address of the Bidder in capital letters;

be addressed to the Procuring Entity’s BAC in accordance with ITB

Clause 1.1;

bear the specific identification of this bidding process indicated in the

ITB Clause 1.2;

bear a warning “DO NOT OPEN BEFORE…” the date and time for

the opening of bids, in accordance with ITB Clause 21.

OUTER ENVELOPE

(Main Envelope)

ORIGINAL BID COPY NO. 1

COPY NO. 2

ORIGINAL ELIGIBILITY AND

TECHNICAL DOCUMENTS

ENVELOPE A

ORIGINAL FINANCIAL

DOCUMENTS

ENVELOPE B

Copy No. 1 ELIGIBILITY AND TECHNICAL DOCUMENTS

ENVELOPE A

Copy No. 2 ELIGIBILITY AND TECHNICAL DOCUMENTS

ENVELOPE A

Copy No. 1 FINANCIAL DOCUMENTS

ENVELOPE B

Copy No. 2 FINANCIAL DOCUMENTS

ENVELOPE B

Page 123: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

123

ANNEX A

(PLEASE SEE ATTACHED DETAILED DELIVERY SITES)

Page 124: Procurement of GOODSRice Combine Harvesters for Region IV-A and IV-B 76,000,000.00 15,000.00 5 Supply, Delivery and Testing of 29 Units Rice Combine Harvesters for Region V 58,000,000.00

PHILIPPINE CENTER FOR POSTHARVEST DEVELOPMENT AND MECHANIZATION PHilMech-RCEF-19-10-07

Supply, Delivery and Testing of Rice Combine Harvesters

124